Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: public procurement
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
The Medical Research Council
Polaris House, North Star Avenue
SN2 1FL Swindon
United Kingdom
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
UK SBS FM16102 Electrical Services Request for Proposal.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
NUTS code UK,UKH12
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Medical Research Council have a need for
Electrical Services maintenance that will be provided under the resultant contract
The Electrical Bundle maintenance service shall ensure that all maintainable assets, including software, non-fixed plant and equipment within the various premises (identified from the asset list and supplemented where necessary by an initial site survey), are maintained to the required ‘fit for function’ performance level, meeting the manufacturer's and installer's recommendations (whilst taking account of any supplementary servicing needs that arise from the as-built environment) and to ensure strict compliance with all statutory/legal and mandatory obligations. Business continuity is imperative as numerous key scientific areas require 24/7 response within 4 hours to FM problems as failures of scientific experiments can put weeks / months of research in jeopardy.
The duration of this Contract will be 2 years with the
potential to extend for a further 1 year.
The estimated start date of the Contract is 1.1.2017
See Section III.2.1)for access to procurement
documentation.
II.1.6)Common procurement vocabulary (CPV)
71314100, 50000000, 50532000, 50532400, 50710000, 50711000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Medical Research Council have a need for
Electrical Services maintenance that will be provided under the resultant contract
The Electrical Bundle maintenance service shall ensure that all maintainable assets, including software, non-fixed plant and equipment within the various premises (identified from the asset list and supplemented where necessary by an initial site survey), are maintained to the required ‘fit for function’ performance level, meeting the manufacturer's and installer's recommendations (whilst taking account of any supplementary servicing needs that arise from the as-built environment) and to ensure strict compliance with all statutory/legal and mandatory obligations. Business continuity is imperative as numerous key scientific areas require 24/7 response within 4 hours to FM problems as failures of scientific experiments can put weeks / months of research in jeopardy.
Estimated value excluding VAT: 735 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will be advised if this is necessary during
the procurement. Parent company and/or other
guarantees of performance and financial liability may
be required if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Bids to be priced in £ GBP.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any consortium, SPV, Partnership should ideally have
a designated lead service provider, all members will
have joint and several liability in respect of the
obligations and liabilities to any contract or framework
and any subsequent contracts awarded under the
same.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: This 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 the
service some assets. Full details of asset register is
available within the specification documentation.
The government has set out the need for greater
transparency across its operations to enable the
public to hold public bodies and politicians to account.
This includes commitments relating to public
expenditure, intended to help achieve better value for money.
Suppliers and those organisations looking to 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 some contracts before they are published in order to comply with existing regulatory needs and law, plus the protection of national security.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the 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)
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 by following the link ‘Register for CCS eSourcing’.
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
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respondtender
Once you have registered on the eSourcing Suite, a
registered user can express an interest for a specific
procurement. This is done by emailing
MjEwO25maFtpaV9lZEVcP2RqW2hbaWo2WVlpJF1pXyRdZWwka2E=.
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: MjE2Y2VgYFxZVWIwU1NjHldjWR5XX2YeZVs=
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.3.4.
Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the 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 at:
https://gpsesourcing.cabinetoffice.gov.uk using the
instructions detailed in III.2.1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the 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 III.2.1.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
FM16102
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 29.9.2016 - 11:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.10.2016 - 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 3.10.2016 - 11:00
Place:
Electronically, via web based portal
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
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 any Supplier.
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 will not be utilising electronic ordering.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.8.2016