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

Miscellaneous engineering services [ukri site work fabrication and installation framework for stfc]
UK

Purchaser: UK Research and Innovation

24/08/2018 S162 - - Supplies - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Swindon: Miscellaneous engineering services

2018/S 162-369833

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1SZ
United Kingdom
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 Ltd
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: Science Research and Innovation
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
UK SBS PR18088 UKRI Site work Fabrication and Installation Framework for STFC

Reference number: UK SBS PR18088
II.1.2)
Main CPV code
71330000
II.1.3)
Type of contract
Supplies
II.1.4)
Short description:
UK Research and Innovation (UKRI), through its component Research Council, The Science and Technology Facilities Council (STFC), require precision manufacture and sub assembly services in order to assist delivery on demanding engineering projects.

In order to support this activity UKRI intends to establish a Framework Agreement for the manufacture, supply and installation of the requirements. The intention is to have up to a maximum 6 compliant bidders that will be awarded a place on this Framework. To achieve this stated number of qualified bidders, the bidders will be ranked as a result of the award criteria.

II.1.5)
Estimated total value
Value excluding VAT: 1 400 000.00 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: UKD6
Main site or place of performance:
Daresbury Laboratory, Sci-Tech Daresbury, Warrington, WA4 4AD

II.2.4)
Description of the procurement:
Potential to include:

— preparation for, fabrication of, and installation of onsite staircases,

— mezzanine floors,

— machine supports,

— pipework (for Water, Oil and Gas),

— fixings,

— supports and

— other ancillary equipment.

Preparation work may include:

— but is not limited to,

— stripping out,

— removal,

— disassembly and

— decommissioning of redundant pipework/equipment.

Onsite installation work may include:

— but is not limited to,

— working at height,

— rigging,

— moving heavy equipment and

— mechanical assembly/fitting.

Contractor must supply all tools, equipment, machinery and materials unless previously agreed with STFC. Fabrication/preparation/installation methods may include:

— but not limited to,

— welding,

— brazing,

— soldering,

— gluing,

— drilling,

— grinding,

— sawing and

— cutting.

Contractor must be able to offer on and offsite Non-Destructive Testing on welds. Contractor must be able to offer on and offsite pressure/leak test certificates on completed systems.

The method of call off under this Framework will be a mini competition where all capable suppliers that are awarded a place on the framework will be invited to tender in a mini competition with criteria that is reflective of the award criteria stipulated within the Terms and Condition of this Framework Contract.

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/emptorisby 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-tool-guidance-for-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 II.2.5) Award criteria 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: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 eSourcing process will not be accepted or considered

Further for this opportunity.

II.2.5)
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.6)
Estimated value
Value excluding VAT: 1 400 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
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
III.1.3)
Technical and professional ability
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
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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: 01/10/2018
Local time: 11:00
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: 01/10/2018
Local time: 11:00
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: yes
VI.2)
Information about electronic workflows
Electronic invoicing will be accepted
VI.3)
Additional information:
VI.4)
Procedures for review
VI.4.1)
Review body
UK Shared Business Services Ltd
Polaris House, North Star qvenue
Swindon
SN2 1FF
United Kingdom
E-mail: policy@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
North Star 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:
21/08/2018


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