|
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.
|
|