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

Lifting and handling equipment [fork lift truck]
UK

Purchaser: UK Research and Innovation (UKRI)

21/11/2018 S224 - - Supplies - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Swindon: Lifting and handling equipment

2018/S 224-512144

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
UK Research and Innovation (UKRI)
Polaris House
Swindon
SN2 1ET
United Kingdom
Contact person: kerry Hammond
E-mail: professionalservices@uksbs.co.uk
NUTS code: UK
Internet address(es):

Main address: https://www.ukri.org/

I.2)
Information about joint procurement
I.3)
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.contractsfinder.service.gov.uk/Search
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: UK
Internet address(es):

Main address: 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: UK Research and innovation is a new body which works in partnership with universities, research organisations, businesses, charities, and government to create the best possible environment for research
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
UK SBS CS18007 The Purchase of a Fork Lift Truck for Science and Technology Facilities Council (STFC)

Reference number: UK SBS CS18007
II.1.2)
Main CPV code
42410000
II.1.3)
Type of contract
Supplies
II.1.4)
Short description:
UK Shared Business Services Ltd on behalf of the Contracting Authority is putting in place a Contract for the purchase of a Fork Lift Truck for Science and Technology Facilities Council (STFC). The forklift will be used to move large pieces of steel and concrete shielding around the RAL site and in the ISIS experimental areas. It will be used daily.

The duration of this Contract will commence on order and end on end of service period (1 year from delivery data).

The estimated start date of 1.3.2019 delivery date of 1.7.2019 and end date 1.7.2020.

See Section I.3) for access to procurement documentation

II.1.5)
Estimated total value
Value excluding VAT: 300 000.00 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)
42415000
42415110
II.2.3)
Place of performance
NUTS code: UK
Main site or place of performance:
Rutherford Appleton Laboratory, Harwell, Didcot, OX11 0QX.

II.2.4)
Description of the procurement:
The Rutherford Appleton Laboratory (RAL) is Operated by STFC and located on the Harwell Science and Innovation Campus in Oxfordshire.

Outputs/Tasks:

The forklift will be used to move large pieces of steel and concrete shielding around the RAL site and in the ISIS experimental areas. It will be used daily.

Training required:

3x Driver Training: on Site at the Rutherford Appleton Laboratory.

The below service options are required:

— 1 years preventative maintenance (a condition of warranty) provides routine service twice per annum, includes labour, call out and travel time but excludes parts and consumables,

— 1 years full maintenance. This includes all parts and labour for both breakdowns and servicing, at manufactures recommend intervals, but excludes batteries, misuse, abuse, forks, chains and replacement tyres.

INCO term DDP must be delivered to Rutherford Appleton Laboratory, Harwell, Didcot, OX11 0QX no later than the 1.7.2019.

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-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 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

II.2.5)
Award criteria
Criteria below
Quality criterion - Name: Vehicle capabilities / Weighting: 30 %
Quality criterion - Name: Supply chain and risks / Weighting: 30 %
Price - Weighting: 40 %
II.2.6)
Estimated value
Value excluding VAT: 300 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 16
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
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: 15/01/2019
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: 15/01/2019
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
Electronic invoicing will be accepted
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 Shared Business Services Ltd wishes to establish an agreement for use by the following UK public sector bodies (and any future successors to these organisations). UK Shared Business Services Ltd are able to accept unstructured electronic invoicing. Information and formalities necessary for evaluating if requirements are met:

— all submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts).

The sourcing documents can be accessed using the instructions detailed in I.3).

Closing date and time for Bidder to request RFP documents: 15.1.2019 at 14:00 GMT.

VI.4)
Procedures for review
VI.4.1)
Review body
UK Shared Business Services Ltd
Polaris House, North Star Avenue
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
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
E-mail: policy@uksbs.co.uk
VI.5)
Date of dispatch of this notice:
16/11/2018

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