Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Industrial machinery [ukri air cooled water chillers for stfc]
UK

Purchaser: UK Research and Innovation

11/07/2018 S131 - - Supplies - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Swindon: Industrial machinery

2018/S 131-298368

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
UK Research And Innovation
Polaris House
Swindon
SN2 1SZ
United Kingdom
Contact person: Jonathan Smith
E-mail: majorprojects@uksbs.co.uk
NUTS code: UKK14
Internet address(es):

Main address: https://www.stfc.ac.uk/

I.2)
Information about joint procurement
I.3)
Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://gpsesourcing.cabinetoffice.gov.uk/emptoris
Additional information can be obtained from another address:
UK Shared Business Services
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail: ExpressionOfInterest@crowncommercial.gov.uk
NUTS code: UKK14
Internet address(es):

Main address: https://gpsesourcing.cabinetoffice.gov.uk/emptoris

Tenders or requests to participate must be submitted electronically via: https://gpsesourcing.cabinetoffice.gov.uk/emptoris
Tenders or requests to participate must be submitted to the abovementioned address
I.4)
Type of the contracting authority
Body governed by public law
I.5)
Main activity
Other activity: Scientific Research and Innovation
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
UK SBS PR18111 — UKRI Air Cooled Water Chillers for STFC

Reference number: UK SBS PR18111
II.1.2)
Main CPV code
42000000
II.1.3)
Type of contract
Supplies
II.1.4)
Short description:
The Science and Technology Facilities Council (STFC), a component Research Council of UK Research and Innovation (UKRI) is carrying out a phased programme for the replacement of 3 existing Climaveneta TC/SRAT/LN-1202 chillers. The programme will begin in 2018 and expect to be completed by 2020. The anticipated phasing will be to purchase a single 350 kW chiller in 2018 with two further chillers purchased before the end of the agreement period.

II.1.5)
Estimated total value
Value excluding VAT: 260 000.00 GBP
II.1.6)
Information about lots
This contract is divided into lots: no
II.2)
Description
II.2.1)
Title:
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
NUTS code: UKJ14
Main site or place of performance:
Rutherford Appleton Laboratory, Harwell Oxford, OX11 0QX, United Kingdom.

II.2.4)
Description of the procurement:
The Science and Technology Facilities Council (STFC), a component Research Council of UK Research and Innovation (UKRI), is a world-leading multi-disciplinary science organisation, whose goal is to deliver economic, societal, scientific and international benefits to the UK and its people — and more broadly to the world.

STFC are carrying out a phased programme for the replacement of 3 existing Climaveneta TC/SRAT/LN-1202 chillers. The programme will begin in 2018 and expect to be completed by 2020. The anticipated phasing will be to purchase a single 350 kW chiller in 2018 with 2 further chillers purchased before the end of the agreement period.

The requirement is for the design, manufacture, testing, delivery and commissioning of up to 3 Nº air cooled water chillers to replace failing units located on the existing R5.1 platform. The assembly forms part of the ISIS Neutron Science Research facility at Rutherford Appleton Laboratory (RAL), Chilton, Oxfordshire, part of the Science and Technology Facilities Council (STFC).

To participate in this procurement, participants shall first be registered on the e-Sourcing Suite. If Bidders have not yet registered on the e-Sourcing Suite, this can be done online at:

https://gpsesourcing.cabinetoffice.gov.uk/emptoris by following the above link “Supplier e-Sourcing Registration”.

Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if

Invited to do so.

Note: registration may take some time please ensure that you allow a sufficient amount of time to register.

Full instructions for registration and use of the system can be found at

https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk

— your email must clearly state: the name and reference for the procurement you wish to register for,

— your organisations full name as a registered supplier,

The name and contact details for the registered individual sending the email.

Crown Commercial Service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing Suite.

The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates.

All messages sent to you and from you in relation to any specific RFX event.

Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.

For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS) Helpdesk (Not UK SBS Ltd):

Email: eenablement@crowncommercial.gov.uk

Training support to respond to a requirement is available to bidders at:

http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx

Responses must be received by the date in IV.2.2. Responses received outside or concurrently using the e-Sourcing process will not be accepted or considered further for this opportunity.

II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
Value excluding VAT: 260 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: no
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
Section III: Legal, economic, financial and technical information

III.1)
Conditions for participation
III.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)
Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)
Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.2)
Contract performance conditions:
III.2.3)
Information about staff responsible for the performance of the contract
Section IV: Procedure

IV.1)
Description
IV.1.1)
Type of procedure
Open procedure
IV.1.3)
Information about a framework agreement or a dynamic purchasing system
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
IV.1.8)
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 21/08/2018
Local time: 14:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Date: 21/08/2018
Local time: 14:00
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
VI.3)
Additional information:
The Contracting Authority expressly reserves the right:

i) not to award any contract as a result of the procurement process commenced by publication of this notice; and

ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders. UK Research and Innovation wishes to establish an agreement for use by the following UK public sector bodies (and any future successors to these organisations) Core Customers: Associated Bodies. The Contract will be open for use by; UK Research and Innovation UK Shared Business Services Ltd are able to accept unstructured electronic invoicing. All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts).

This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants shall first be registered on the e-Sourcing Suite. If Bidders have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk/emptoris by following the link “Supplier eSourcing Registration”. Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.

Note: registration may take some time please ensure that you allow a sufficient amount of time to register. Full instructions for registration and use of the system can be found

At https://www.gov.uk/government/publications/esourcing-toolguidancefor-suppliers

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk

Your email must clearly state: the name and reference for the procurement you wish to register for; Your organisations full name as a registered supplier; the name and contact details for the registered individual sending the email. Crown Commercial Service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS) Helpdesk (Not UK SBS Ltd): Freephone: 0345 010 3503 — email: enablement@crowncommercial.gov.uk

Training support to respond to a requirement is available to bidders at http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx

Responses must be received by the date in IV.2.2. Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.

VI.4)
Procedures for review
VI.4.1)
Review body
UK Shared Business Services
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk

VI.4.2)
Body responsible for mediation procedures
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
UK Shared Business Services Ltd
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk

VI.5)
Date of dispatch of this notice:
09/07/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.