loading
  • GB-SN2 1FF Swindon
  • 29.09.2016
  • Ausschreibung
  • (ID 2-241267)

UK SBS FM16102 Electrical Services Request for Proposal


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 03.10.2016, 11:00 Bewerbungsschluss
    Schlusstermin für Unterlagen 29.09.2016, 11:00
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    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.
    Leistungsumfang
    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
    Adresse des Bauherren UK-SN2 1FF Swindon
    TED Dokumenten-Nr. 296167-2016

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Swindon: Electrical services

      2016/S 164-296167

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      UK Shared Business Services Ltd
      North Star House, North Star Avenue
      For the attention of: Nicola Turner
      SN2 1FF Swindon
      United Kingdom
      Telephone: +44 1793867005
      E-mail: MTFFTE9xbmJ0cWRsZG1zP3RqcmFyLWJuLXRq

      Internet address(es):

      General address of the contracting authority: www.UKSBS.co.uk

      Further information can be obtained from: The above mentioned contact point(s)

      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

      Tenders or requests to participate must be sent to: Crown Commercial Services
      E-mail: MjEzWGtjZVhmZlxiYWJZXGFnWGVYZmczVmViamFWYmBgWGVWXFRfIVpiaSFoXg==
      Internet address: http://ccs.cabinetoffice.gov.uk/i-am-supplier/respondtender

      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)

      713141005000000050532000505324005071000050711000

      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

      UK Shared Business Services Ltd
      North Star House, North Star Way
      SN2 1FF Swindon
      United Kingdom
      E-mail: MjExRWRhXlhuNWpgaFdoI1hkI2pg
      Internet address: www.uksbs.co.uk

      VI.5)Date of dispatch of this notice:
      24.8.2016
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 26.08.2016
Zuletzt aktualisiert 26.08.2016
Wettbewerbs-ID 2-241267 Status Kostenpflichtig
Seitenaufrufe 35