Building Works Hampshire
Construction work for buildings relating to emergency services. Disconnection and removal of existing Breathing Apparatus Training Facility (BATF), Design, Installation, Commissioning and warranty of new BATF.
UK-Hook: Construction work for buildings relating to emergency services
2013/S 107-182499
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Deployable Infrastructure, DIO
DCRE, RAF Odiham
Contact point(s): DCRE
For the attention of: Martin Smith
RG29 1QT Hook
UNITED KINGDOM
Telephone: +44 1256367639
E-mail: martin.smith859@mod.uk
Fax: +44 1256702111
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: The above mentioned contact point(s)
Section II: Object of the contract
Design and execution
NUTS code UKJ3
45216120
a. provide design for approval prior to installation.
b. Disconnection and disposal of existing BATF.
c. Prepare site for new installation, including enabling works.
d. Provide and install ISO configured BATF to facilitata muli-storey installation c/w ladder access to both roof spaces, additionally a confined spaces access hatch, LPG system to simulate fires, ability to conduct limited fire exercises, ingress / egress doors, smoke machine and distribution system and control area.
e. Testing and commissioning of BATF.
f. 12 Month maintenance warranty.
Estimated value excluding VAT:
Range: between 113 057 and 347 868 GBP
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Pre-Qualification Questions.
Minimum level(s) of standards possibly required:
QA Certification must be provided, including the registration certificate and the scope of registration for the office providing the service. Certified to ISO 9000:2000 with appropriate scope covering Design, Development and Production, stating clearly what exclusions have been made in their certification from the full requirements of ISO 9000:2000.
Section IV: Procedure
Place:
DCRE, RAF Odiham.
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-201363-DCB-4849193
Defence Infrastructure Organisation, DIO
OC DCRE, RAF Odiham
RG29 1QT Hook
UNITED KINGDOM
E-mail: odi-ocdcre@mod.uk
Telephone: +44 1256367078
Fax: +44 1256702111
Defence Infrastructure Organisation, DIO
VI.5)Date of dispatch of this notice:3.6.2013