Pipework Manufacture Contract
This Framework Agreement is for the manufacture and supply of pipe spools.
United Kingdom-Port Glasgow: Pipeline, piping, pipes, casing, tubing and related items
2020/S 078-185457
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Newark Works, Castle Road
Town: Port Glasgow
NUTS code: UK
Postal code: PA14 5NG
Country: United Kingdom
Contact person: Tommy Traynor
E-mail: tommy.traynor@fergusonmarine.com
Telephone: +44 7471030412
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30427
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Pipework Manufacture Contract
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework agreement is for the manufacture and supply of pipe spools. The framework will be for a maximum period of 48 months. Suppliers must be capable of manufacturing pipe spools as set out in the following:
1) Lloyd’s register rules and regulations, rules and regulations for the classification of ships, Part 5 Main and auxiliary machinery, Chapter 12 Piping design requirements, Section 1 General 1.6 classes of piping systems and components;
2) Lloyd’s register rules and regulations, rules for the manufacture, testing and certification of materials, Chapter 13 Requirements for welded construction, Section 1 General welding requirements and Section 5 Specific requirements for pressure piping;
3) Lloyd’s register rules and regulations, rules for the manufacture, testing and certification of materials (as applicable).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This framework agreement is for the manufacture and supply of pipe spools. The framework will be for a maximum period of 48 months. Suppliers must be capable of manufacturing pipe spools as set out in the following:
1) Lloyd’s register rules and regulations, rules and regulations for the classification of ships, Part 5 Main and auxiliary machinery, Chapter 12 Piping design requirements, Section 1 General 1.6 Classes of piping systems and components;
2) Lloyd’s register rules and regulations, rules for the manufacture, testing and certification of materials, Chapter 13 Requirements for welded construction, Section 1 General welding requirements and Section 5 Specific requirements for pressure piping;
3) Lloyd’s register rules and regulations, rules for the manufacture, testing and certification of materials (as applicable).
The supplier must have capacity to meet a required demand of 200-700 pipe spools per week on a cost effective and best value basis. Suppliers must be able to provide documentation detailing weld procedures and welder qualifications.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Bidders must demonstrate a current ratio of 0.8 or greater. See question 4B.4 of the ESPD.
Current ratio will be calculated as follows: net current assets divided by net current liabilities.
There must be no qualification of contra-indication from any evidence provided in support of the bidders economic and financial standing.
In the event that the bidder does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible for consideration where the tender submission is supported by a Parent Company Guarantee.
IT is a requirement of this framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
— employer’s liability insurance in accordance with any legal obligation before in force,
— public liability insurance = GBP 1 000 000 per incident and GBP 2 000 000 in total. See question 4B.5.2 of the ESPD,
— professional Indemnity Insurance = GBP 1 000 000 per incident and GBP 2 000 000 in total. See question 4B.5.2 of the ESPD.
Bidders must provide a separate ESPD response from entities upon whose capability/capacity they rely on in order to meet any selection criteria including economic and financial standing.
III.1.3)Technical and professional ability
Bidders will be required to confirm whether they intend to subcontract any work, including galvanizing and pickling processes, and advise the suppliers to be used.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
Within 4 years.
VI.2)Information about electronic workflows
VI.3)Additional information:
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Award criteria questions can be found in the ITT together with the weightings.
Technical envelope – Tenderers who provide a “No” answer to questions 1.1 or 1.2 or fail to achieve a moderated average score of “2” or more against questions 1.3, 1.4, 1.6, 1.7 and 1.8 will result in their tender not being considered further and will not be included in the price/quality ratio calculation.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at: https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=619900
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at: https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Contractor will be required, where practical, to:
— consider relevant opportunities for community benefits,
— consider opportunities for the involvement of SMEs and/or third sector organisations in delivery of this framework,
— provide assurance regarding workforce matters.
This may include schemes such as:
— providing training opportunities and support to achieve qualifications,
— supporting local communities e.g. sponsorship of local clubs, etc.,
— using social enterprises to support delivery of services.
(SC Ref:619900).
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=619900
VI.4.1)Review body
Postal address: Sheriff Court House, 1 Nelson Street
Town: Greenock
Postal code: PA15 1TR
Country: United Kingdom
E-mail: greenock@scotcourts.gov.uk
Telephone: +44 1475787073Internet address: https://www.scotcourts.gov.uk/the-courts/court-locations/greenock-sheriff-court-and-justice-of-the-peace-court
VI.5)Date of dispatch of this notice: