Framework Agreements for Provision of Mechanical Services to the Dounreay Site
i) Minor Design; ii) Fabrication Services; iii) Mechanical Installation Services; iv) Testing Services; v) Commissioning Services; vi) Maintenance Services.
UK-Thurso: Mechanical engineering services
2013/S 012-015273
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Dounreay Site Restoration Limited
D2003/Zone 6
Contact point(s): Contract Officer
For the attention of: Emma Gordon
KW14 7TZ Thurso
UNITED KINGDOM
Telephone: +44 1847806331
E-mail: emma.gordon@dounreay.com
Fax: +44 1847802521
Internet address(es):
General address of the contracting authority: http://www.dounreay.com
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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Execution
NUTS code UKM61
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreementDuration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 15 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
i) Minor Design;
ii) Fabrication Services;
iii) Mechanical Installation Services;
iv) Testing Services;
v) Commissioning Services;
vi) Maintenance Services.
II.1.6)Common procurement vocabulary (CPV)
71333000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
i) Minor Design
ii) Fabrication Services
iii) Mechanical Installation Services
iv) Testing Services
v) Commissioning Services
vi) Maintenance Services
Estimated value excluding VAT: 15 000 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Framework Agreement for Minor Mechanical Services
1)Short description
2)Common procurement vocabulary (CPV)
71333000
3)Quantity or scope
i) Minor Design;
ii) Fabrication Services;
iii) Mechanical Installation Services;
iv) Testing Services
v) Commissioning Services;
vi) Maintenance Services.
For the purposes of clarity the term minor indicates work packages up to a maximum value of GBP 100 000.00.
Estimated value excluding VAT: 5 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Framework Agreement for Major Mechanical Services
1)Short description
2)Common procurement vocabulary (CPV)
71333000
3)Quantity or scope
i) Minor Design;
ii) Fabrication Services;
iii) Mechanical Installation Services;
iv) Testing Services;
v) Commissioning Services;
vi) Maintenance Services.
For the purposes of clarity the term major indicates work packages greater than a value of GBP 100 000.00.
Estimated value excluding VAT: 10 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As detailed in the Pre-Qualification Questionnaire (PQQ) within the CTM System.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Commercial. Weighting 70
2. Technical. Weighting 30
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following site: https://uk.eu-supply.com/dsrl.asp
VI.4.1)Body responsible for appeal procedures
Dounreay Site Restoration Limited Board of Directors
D2003
KW14 7TZ Thurso
UNITED KINGDOM
VI.5)Date of dispatch of this notice:15.1.2013