Business Opportunity Title: United Kingdom-Swindon: Specialist .

Transcription

Business OpportunityTitle: United Kingdom-Swindon: Specialist electrical workDocument Type: Contract NoticePublished By: Research Councils Uk, Shared Services Centre Ltd (Rcuk, Ssc Ltd)Date Published: 16 September 2016Deadline Date: 24 October 2016Section I: Contracting AuthorityI.1)Name, Address and Contact Point(s)Official Name:UK Shared Business Services LtdPostal Address:North Star House, North Star AvenueTown:SwindonPostal Code:SN1 2FFContact Point:Construction and FM Team — ProcurementFor the attention of:Gavin ThurstonTelephone: 44 17938670051Country:UK

E-Mail:FMProcurement@uksbs.co.ukFax:General Address of the contracting authority (URL)www.uksbs.co.ukAddress of the Buyers Profile (URL)www.uksbs.co.ukElectronic access to ukElectronic submission of tenders and requests to ukI.2)Further information can be obtained at:As in above mentioned contactpoint(s)Other: Please complete Annex A.ISpecifications and further documents can be obtainedat:As in above mentioned contactpoint(s)Other: Please complete Annex A.IITenders or requests to participate must be sent to:As in above mentioned contactpoint(s)Other: Please complete Annex A.IIIType of contracting Authority and Main Activity or ActivitiesMinistry or any other national or federalauthority, including their regional or localsub-divisionsGeneral public servicesNational or federal agency/OfficePublic order and safetyRegional or local AuthorityEnvironmentRegional or local Agency/OfficeEconomic and financial affairsBody governed by public lawHealthEuropean Institution/Agency orInternational OrganisationHousing and community amenitiesDefenceSocial protectionRecreation, culture and religion2

EducationOther (Please specify)shared public servicesThe contracting authority is purchasing on behalf of other contracting authorities: YesSTFC — Science & Technology Faciliities CouncilSection II: Object of the ContractII.1)DescriptionII.1.1)Title attributed to the contract by the contracting authorityUK SBS FM150124 STFC RAL Specialist Electrical Work.II.1.2(a)) Type of works contractII.1.2(b)) Type of supplies contractII.1.2(c)) Type of service contractService category 14II.1.2)Main site or location of works, place of delivery or performanceNUTS Code UKJ14II.1.3)This notice involvesA public contractThe setting up of a Dynamic Purchasing SystemThe establishment of a framework agreementII.1.4)Information on framework agreement (if applicable)Framework agreement with a single operatorsFramework agreement with several operators3

Number of participants to the framework agreement envisagedDuration of the framework agreementJustification for a framework agreement the duration of which exceeds four yearsEstimated total value of purchases for the entire duration of the framework agreementFrequency and value of the contracts to be awardedII.1.5)Short description of the contract or purchase(s)UK Shared Business Services Ltd as the Contracting Authority is putting in place a Contract.for use by UK public sector bodies identified at VI.3The above Public Sector Body has a need for Specialist Electrical Engineers.The Scope of work covers electrical engineering installations associated directly with the ISISaccelerators, target stations and beamline instruments. A listing of the electrical systems involved in thecontract is given below along with outline details later in the document.—AC Power Systems—DC Power Systems—RF Systems—Instrumentation Wiring Installations—Control System Wiring Installations—Control System Wiring InstallationsThe installation of cables for AC and DC power applications and Instrumentation and Control systemsrequired by the sub-systems used on the various scientific facilities on the Rutherford site. The tenderingcompany must have previous working experience in these types of cabling installations.The requirement is split into 2 Lots and these are outlined as below:—4

Lot 1 — Electrician Supervisor, Electrician and Improver, Apprentices, Control Panel Builder, cablinginstaller and General Worker—Lot 2 — Consultant EngineerBidders cannot bid for more than one lotThe duration of this Contract will be 36 Months with two options to extend for 1-year (1 plus 1 year)See Section III.2.1)for access to procurement documentation.II.1.6)Common Procurement Vocabulary (CPV)Main vocabularyMain objectSupplementary vocabulary (when applicable)45315100Additional objects71334000II.1.7)Contract covered by the Government Procurement Agreement (GPA)II.1.8)Division into lotsYesTenders may be submitted for:one lot onlyII.1.9)one or more lotsWill variants be acceptedNoII.2)Quantity or Scope of the ContractII.2.1)Total quantity or scopeThe Scope of work covers electrical engineeringinstallations associated directly with the ISISaccelerators, target stations and beamline5all lots

instruments.This will be a 3 year contract with 2 1-year options to extend.A listing of the electrical systems involved in the framework contract is given below along with outlinedetails later in the tender documents.—AC Power Systems—DC Power Systems—RF Systems—Instrumentation Wiring Installations—Control System Wiring InstallationsThe installation of cables for AC and DC powerapplications and Instrumentation and Control systems required by the sub-systems used on the variousscientific facilities on the Rutherford site.The requirement is split into 2 Lots and these areoutlined as below:Lot 1 — Electrician Supervisor, Electrician andImprover and Apprentices, Approved Jointer and Cable Installation, Control Panel Builder, cablinginstaller and General Worker.Lot 2 — Consultant Engineer.About UK Shared Business Services UK Shared Business Services Ltd (UK SBS) brings a commercialattitude to the public sector; helping our customers improve efficiency, generate savings and modernise.It is our vision to become the leading provider for our customers of shared business services in the UKpublic sector, continuously reducing cost and improving quality of business services for Government andthe public sector. Our broad range of expert services is shared by our customers. This allows ourcustomers the freedom to focus resources on core activities; innovating and transforming their ownorganisations. Core services include Procurement, Finance, Human Resources, Payroll, ISS, and PropertyAsset Management all underpinned by our Service Delivery and Contact Center teams. UK SBS is apeople rather than task focused business. It's what makes us different to the traditional transactionalshared services center. What is more, being a not-for-profit organisation owned by its customers, UKSBS' goals are aligned with the public sector and delivering best value for the UK taxpayer. Detailed onthe UK SBS Ltd website is a list of all organisations, institutes, centres and bodies (Authorised Entities)that may also use any appropriately advertised Contract let by UK Shared Business Services Ltd.Estimated value range between500 000and 700 000Currency: GBPII.2.2)Options6

Provisional timetable for recourse to these optionsNumber of possible renewals2In the case of renewable supplies or service contracts, estimated time frame for subsequent contractsII.3)Duration of the contract or limit for completionPeriod in month/s: 60(from the award of the contract)Section III: Legal, Economic, Financial and Technical InformationIII.1)Conditions Relating to the ContractIII.1.1)Deposits and guarantees requiredParticipants will be advised if this is necessary duringthe procurement. Parent company and/or otherguarantees of performance and financial liability maybe required if considered appropriate.III.1.2)Main Terms of financing and payment and/or reference to the relevant provisionsBids to be priced in GBP.III.1.3)Legal form to be taken by the grouping of suppliers, contractors or service providers to whom thecontract is to be awardedAny consortium, SPV, Partnership should ideally havea designated lead service provider, all members willhave joint and several liability in respect of theobligations and liabilities to any contract or frameworkand any subsequent contracts awarded under thesame.III.1.4)Other particular conditions to which the performance of the contract is subjectThis contract will be managed under the NEC3 Term Service Short Contract Terms and Conditions.Relevant accreditation and memberships to professional governing bodies may be required.7

The government has set out the need for greater transparency across its operations to enable the publicto hold public bodies and politicians to account. This includes commitments relating to publicexpenditure, intended to help achieve better value for money. Suppliers and those organisations lookingto bid for public sector contracts should be aware that if they are awarded a new government contract,the resulting contract will be published. In some circumstances, limited redaction's will be made to somecontracts before they are published in order to comply with existing regulatory needs and law, plus theprotection of national security.Suppliers (including SPV's, Consortia and Partnerships) may be required to clearly demonstrate recentsuccessful experience in similar projects and environments.III.2)Conditions for ParticipationIII.2.1)Personal situation of economic operators, including requirements relating to enrolment on professionalor trade registersInformation and formalities necessary for evaluating if requirements are met:All submissions will be assessed in accordance with the Public Contracts Regulations 2015, forprocurement 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 athttps://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’.Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun andBradstreet) for the organisation which you are registering, who will be entering into a contract if invitedto do so. Note: registration may take some time please ensure that you allow a suffient amount of timeto register.Full instructions for registration and use of the system can be found spond-tenderOnce you have registered on the eSourcing Suite, a registered user can express an interest for a specificprocurement. This is done by emailing ExpressionOfInterest@ccs.gsi.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 theprocurement online via the e-Sourcing Suite.The registered user will receive a notification email to alert them once this has been done.8

As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service whichfacilitates allmessages 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 ofall 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 3503email: supplier@ccs.gsi.gov.ukTraining support to respond to a requirement is available to bidders pplier.aspxResponses must be received by the date in IV.3.4.Responses received outside or concurrently using the eSourcing process will not be accepted orconsidered further for this opportunity.III.2.2)Economic and financial capacityInformation and formalities necessary for evaluating if requirements are met:All submissions will be assessed in accordance with the Public Contracts Regulations 2015, forprocurement values that exceed Regulation 5 (Threshold amounts)The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using theinstructions detailed in III.2.1.Minimum level(s) of standard possibly requiredIII.2.3)Technical capacityInformation and formalities necessary for evaluating if requirements are met:All submissions will be assessed in accordance with the Public Contracts Regulations 2015, forprocurement values that exceed Regulation 5 (Threshold amounts)The sourcing documents can be accessed using the instructions detailed in III.2.1.Minimum level(s) of standard possibly requiredIII.2.4)Reserved contractsThe contract is restricted to sheltered workshopsThe execution of the contract is restricted to the framework of sheltered employment programmes9

III.3)Conditions Specific to Service ContractsIII.3.1)Is provision of the service reserved to a specific profession?NoIII.3.2)Will legal entities be required to state the names and professional qualifications of the personnelresponsible for the execution of the service?NoSection IV: ProcedureIV.1)Type of ProcedureOpenRestrictedAccelerated restrictedNegotiatedAccelerated negotiatedCompetitive dialogueJustification for the choice of accelerated procedureIV.1.1)Have candidates already been selected?NoIV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum numberObjective criteria for choosing the limited number of candidatesIV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed ortenders to be negotiatedIV.2)Award CriteriaA) Lowest Price NoB) The most economically advantageous tender in terms of:10

B1) Criteria as stated in contract documents: YesB2) Criteria as stated below: NoCriteriaIV.2.2)WeightingAn electronic auction will be usedNoIV.3 Administrative InformationIV.3.1)Reference number attributed to the notice by the contracting authorityUK SBS FM150124IV.3.2)Previous publication(s) concerning the same contractPrior Information NoticeNotice on a Buyer ProfileOther previous publicationsIV.3.3)Conditions for obtaining specifications and additional documentsObtainable until 18-10-2016 11:00Price (where applicable) Currency:Terms and method of payment:IV.3.4)Time-limit for receipt of tenders or requests to participate24-10-2016 11:00IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidatesEstimated dateIV.3.6)Language or languages in which tenders or requests to participate can be drawn upEN11

IV.3.7)Minimum time frame during which the tenderer must maintain the tenderIV.3.8)Conditions for opening tendersPersons authorised to be present at the opening of tenders (where applicable)Date: 24-10-2016 11:00Place Electronically via web based portalSection VI: Other InformationVI.1)Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to bepublishedVI.2)Does the contract relate to a Project/Programme financed by Community Funds?NoIf yes, indicate the project/programme and any useful referenceVI.3)Additional InformationThe Contracting Authority expressly reserves the rightnot to award any contract as a result of theprocurement process commenced by publication ofthis notice; and to make whatever changes it maysee fit to the content and structure of the procurementand in no circumstances will the Contracting Authoritybe liable for any costs incurred by the candidates.Any expenditure, work or effort undertaken prior tocontract award is accordingly a matter solely for thecommercial judgement of Bidders.VI.4)Procedures for appealVI.4.1)Body responsible for appeal proceduresOfficial Name:The Procurement Policy Manager12

Postal Address:Town:Postal Code:E-Mail:Policy@uksbs.co.ukTelephone:Internet address (URL):Fax:Country:UKBody responsible for mediation proceduresOfficial Name:UK Shared Business Services LtdPostal Address:Town:Postal Code:E-Mail:Policy@uksbs.co.ukTelephone:Internet address (URL):Fax:VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals:VI.4.3)Service from which information about the lodging of appeals may be obtainedCountry:UKOfficial Name:UK Shared Business Services LtdPostal Address:North Star House, North Star AvenueTown:SwindonPostal Code:SN1 2FFE-Mail:Policy@uksbs.co.ukTelephone:Internet address (URL):www.uksbs.co.ukFax:13Country:UK

VI.5)Dispatch date of this Notice12-09-2016ANNEX AAdditional Addresses and Contact PointsIII)Address and contact points to which Tenders/Requests to Participate must be sentOfficial Name:UK Shared Business Services LtdPostal Address:North Star House, North Star AvenueTown:SwindonPostal Code:SN1 2FFContact Point:Construction and FM TeamFor the attention of:Gavin finterest@crowncommercial.gov.ukInternet address (URL):ANNEX BInformation About LotsLot No: 1 Title: Electrician Supervisor, Electrician and Improver, Apprentices, Control Panel Builder, cablinginstaller and General Worker1)Short DescriptionElectrician Supervisor, Electrician Improver and Apprentices, Approved Jointer and Cable Installation,Control Panel Builder, cabling installer and General Worker.14

2)Common Procurement Vocabulary (CPV)Main vocabularyMain objectSupplementary vocabulary (when applicable)45315100Additional objects713340003)Quantity or scopeThe term of contract will for a 3 year period with the options to extend on a 1-year plus 1-year basis.The Scope of work covers electrical engineering installations associated directly with the ISISaccelerators, target stations and beamline instruments. A listing of the electrical systems involved in thecontract is given below along with outline details later in the document.—AC Power Systems—DC Power Systems—RF Systems—Instrumentation Wiring Installations—Control System Wiring InstallationsThe installation of cables for AC and DC power applications and Instrumentation and Control systemsrequired by the sub-systems used on the various scientific facilities on the Rutherford site. The tenderingcompany must have previous working experience in these types of cabling installations.The requirement is split into 2 Lots Lot 1 is outlined as below:—Lot 1 — Electrician Supervisor, Electrician and Improver, Apprentices, Control Panel Builder, cablinginstaller and General WorkerLot 1 is estimated to be worth 90 % of the total contract value Estimated to be 450 000 GBP - 630 000GBP15

Estimated Cost Excluding VAT:Range: between 450 000 and 630 000 GBP.4)Indication about different contract dates5)Additional Information about lotsANNEX BInformation About LotsLot No: 21)Title: Consultant EngineerShort DescriptionConsultant Engineer.2)Common Procurement Vocabulary (CPV)Main vocabularyMain objectSupplementary vocabulary (when applicable)45315100Additional objects713340003)Quantity or scopeThe term of contract will for a 3 year period with the options to extend on a 1 year plus 1 year basis.The Scope of work covers consultancy regarding electrical engineering installations associated directlywith the ISIS accelerators, target stations and beamline instruments. A listing of the electrical systemsinvolved in the contract is given below along with outline details later in the document.—AC Power Systems—DC Power Systems—RF Systems16

—Instrumentation Wiring Installations—Control System Wiring InstallationsThe installation of cables for AC and DC power applications and Instrumentation and Control systemsrequired by the sub-systems used on the various scientific facilities on the Rutherford site. The tenderingcompany must have previous working experience in these types of cabling installations.The requirement is split into 2 Lots Lot 2 is for a consultant engineer.Lot 2 is estimated to be worth 10 % of the total contract value estimated to be 50 000 GBP — 70 000GBPEstimated Cost Excluding VAT:Range: between 50 000 and 70 000 GBP.4)Indication about different contract dates5)Additional Information about lots17

II.1.7) Contract covered by the Government Procurement Agreement (GPA) II.1.8) Division into lots Yes Tenders may be submitted for: one lot only one or more lots all lots II.1.9) Will variants be accepted No II.2) Quantity or Scope of the Contract II.2.1) Total quantity or scope The Scope of work covers electrical engineering