Construction Framework Magnox Limited
Construction and infrastructure minor projects.
UK-Cemaes: construction work
2012/S 20-032728
Contract notice – utilities
Works
Directive 2004/17/EC
Section I: Contracting entity
Magnox Limited
Wylfa Power Station, Anglesey
For the attention of: Mel Jones
LL67 0DH Cemaes
UNITED KINGDOM
E-mail: mel.jones@magnoxsites.com
Internet address(es):
General address of the contracting entity: http://www.magnoxsites.com
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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
Realisation, by whatever means of work, corresponding to the requirements specified by the successful tenderer
Main site or location of works, place of delivery or of performance: Any or all Magnox sites.
NUTS code UK
maximum number of participants to the framework agreement envisaged: 12
Duration of the framework agreement
Duration in years: 5
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 50 000 000,00 GBP
The regions identified are:
Lot 2 – Wales (Wylfa and Trawsfynydd Sites);
Lot 3 – South West (Oldbury, Hinkley and Berkeley Sites and Berkeley centre);
Lot 4 South East (Dungeness, Bradwell and Sizewell Sites);
Lot 5 – Scotland (Hunterston and Chapelcross Sites).
These regional framework agreements will run in parallel with a national framework agreement (lot 1) which concerns construction and infrastructure major projects. It is anticipated that the lot 1 framework, which is not the subject of this Notice, will be placed in May 2012. All works covered under the scope and with a value under 250 000 GBP will be placed exclusively via regional lots.
Note: the employer reserves the right to compete projects within the regional lots and, where there is a compelling economic argument, between the regional lots.
In addition, the employer may, at its discretion, extend the value of projects which regional lot Suppliers may deliver up to a limit of 3 000 000 GBP.
The figures quoted in this section, may be adjusted over the life of the frameworks.
Economic Operators’ attention is drawn to the fact that the Wylfa Site (within lot 2) is currently undertaking a strategy review concerning its preferred method of procuring minor construction, infrastructure and enabling activities. This review may lead to the adoption, in whole or part, of the regional framework for the procurement of the Site’s requirements or to the adoption of alternative arrangements for some or all of the framework’s duration. It is anticipated that the invitation to tender for the regional frameworks will contain further information concerning the outcome of the strategy review.
45000000, 45100000, 45200000, 45210000, 45233140
Tenders may be submitted for one or more lots
Minor civil works.
Construction of buildings both permanent and temporary.
Construction of roads and pavements.
Repair and/or replacement of doors, windows, roofs.
Minor electrical works associated with construction and enabling activities.
Construction of roads and pavements and miscellaneous ground works.
Estimated value excluding VAT: 50 000 000,00 GBP
Description of these options: The Contracting Authority will include within any offer the right to extend at its sole discretion the duration of the framework agreement by an initial period of 3 years and subsequently by a further 2 years, bringing the total possible framework(s) period to 10 years. The value of these options is a maximum of 50 000 000.00 GBP.
Number of possible renewals: 2
Information about lots
Lot No: 1 Lot title: Construction & Infastructure Minor Projects 2 – Wales
45000000, 45100000, 45200000, 45210000, 45233140
The scope of work covers but is not limited to:
Minor civil works.
Construction of buildings both permanent and temporary.
Construction of roads and pavements.
Repair and/or replacement of doors, windows, roofs.
Minor electrical works associated with construction and enabling activities.
Construction of roads and pavements and miscellaneous ground works.
Estimated value excluding VAT: 10 000 000,00 GBP
45000000, 45100000, 45200000, 45210000, 45233140
The scope of work covers but is not limited to:
Minor civil works.
Construction of buildings both permanent and temporary.
Construction of roads and pavements.
Repair and/or replacement of doors, windows, roofs.
Minor electrical works associated with construction and enabling activities.
Construction of roads and pavements and miscellaneous ground works.
Estimated value excluding VAT: 15 000 000,00 GBP
45000000, 45100000, 45200000, 45210000, 45233140
The scope of work covers but is not limited to:
Minor civil works.
Construction of buildings both permanent and temporary.
Construction of roads and pavements.
Repair and/or replacement of doors, windows, roofs.
Minor electrical works associated with construction and enabling activities.
Construction of roads and pavements and miscellaneous ground works.
Estimated value excluding VAT: 15 000 000,00 GBP
45000000, 45100000, 45200000, 45210000, 45233140
The scope of work covers but is not limited to:
Minor civil works.
Construction of buildings both permanent and temporary.
Construction of roads and pavements.
Repair and/or replacement of doors, windows, roofs.
Minor electrical works associated with construction and enabling activities.
Construction of roads and pavements and miscellaneous ground works.
Estimated value excluding VAT: 10 000 000,00 GBP
Section III: Legal, economic, financial and technical information
1) the operator or its directors or any other person who has powers of representation, decision or control of the economic operator has been convicted of any of the offences listed at Regulation 26 paragraph 1 of the Utilities Contracts Regulations 2006 (but subject to paragraph 2 of this Regulation); An economic operator may be judged ineligible for participation in the tender process where 2) any of the grounds set out at Regulation 26 paragraph 5 of the Utilities Contracts Regulations 2006 applies to the economic operator.
Economic operators responding to this Notice shall provide written confirmation as to their status with respect to the matters set out in paragraphs 1 and 5 of Regulation 26.
Individual Economic operators (or in the case of a consortia, each member) are required to state their annual turnover level and the period to which it applies.
A Credit/Risk agency will be used as part of the financial assessment process. Should the Economic operator’s (Individual or consortia) credit/risk level be below ‘average risk level’ or no rating is given/available, Magnox may request 3 years audited accounts to be submitted. Failure to demonstrate an appropriate credit/risk level and/or minimum turnover as stipulated above will make the economic operator ineligible for participation in the tender process.
Further information required in connection with economic and financial capacity is set out in a pre qualification questionnaire (PQQ further described at section III 2.3 below).
Information and formalities necessary for evaluating if the requirements are met: The Economic operator will be required to provide the information as requested via the Magnox CTM System. The CTM system can be found at the following web address https://sharedsystems.eu-supply.com/login.asp Please note that this information.
Requested forms part of a pre qualification questionnaire and is available for download at the time of publication of the Notice, and that the responses form part of the response to the Notice and are subject to the time limit set out at section IV.3.4 of this notice.
If further information on CTM is required please use the contact set out in Section I.1 of this notice.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
Section VI: Complementary information
To receive more information about this contract procurement, in cluding any amendments and/or clarifications and to request any clarifications and/or to respond to this contract procurement, you must register your interest to this contract procurement on the following site: https://sharedsystems.eu-supply.com/login.asp.
Body responsible for mediation procedures
London Court of International Arbitration
70 Fleet Street
EC4 1EU London
UNITED KINGDOM
E-mail: icia@icia.org
Telephone: +44 2079367008
Internet address: http://www.icia.org
Fax: +44 2079367007
VI.5)Date of dispatch of this notice:26.1.2012