Tender for Replacement of Chiller Units
Replacement of Main Liquid Cooled Chiller Units at RAF Fylingdales.
UK-High Wycombe: installation work of refrigeration equipment
2012/S 212-349771
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Commands and Centre, DE&S
Nimrod Building, 3 Site, RAF
Contact point(s): Dan Strange
HP14 4UE High Wycombe
UNITED KINGDOM
Telephone: +44 1494494360
E-mail: Daniel.Strange614@mod.uk
Fax: +44 1494424400
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
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKE2
— Working to an infrastructure design and chiller outline specification provided by the authority, the bidder will be required to conduct: detailed design, manufacture, installation, testing and commissioning of liquid cooled chiller units capable of generating 6MW chilling capacity to replace the existing capacity currently provided by 3 x 2MW units. The configuration of the chillers should be such that they provide maximum resilience and flexibility. The project will include associated pipework, switchgear, controls and indicators,
— The existing plinths are to be used where possible,
— The entry and exit routes for the plant are exceptionally challenging requiring the new plant to be compact (detail to be provided as part of tender pack). The existing plant may need to be disassembled to allow recovery and disposal,
— Additional plant required as a consequence of the chiller plant selected, such as pumps or filters shall form part of the bid,
— The bidder will be responsible for the removal from site and disposal of all plant replaced, including refrigerant storage and replenishment facilities, and the R123 refrigerant used and stored on site,
— The bidder must maintain a minimum of 3MW of chiller capacity throughout the build,
— The current liquid cooled chiller units that are in use within the main radar building currently use HCFC-R123, contrary to the Montreal Protocol, which limits use of these HCFCs after Dec 2014. Any replacement units must meet with the latest EU legislation with regard to the use of ozone depleting and global warming substances.. In addition as part of this project there will be input/output points that are required for integration into the existing Building Management System,
— All equipment supplied and installed must be capable of operating from a 416V, 60Hz, 3 phase electrical supply,
— During the system installation the building will remain occupied on a 24/7 basis and must be fully operational with sufficient redundancy and cooling capacity to sustain the mission at all times,
— There are overriding space limitations to and within the existing plant room, furthermore there must be no breach to external walls. It is anticipated that the maximum plant size length for access should not exceed 5 metres and pass through a 1.7m wide x 2.0m wide double door opening,
— The completed system is to have a planned life of a minimum of 20 years therefore all system components are to have a low risk of obsolescence and must conform to an open standards format. All work must have risk assessments, method statements and must conform to the mandatory operational restraints,
— Additionally the chiller plant component design is expected to give efficiency returns on the existing units and guaranteed compliance of any ozone depleting or global warming substances used for at least 20 years. Disposal of existing materials and substances must be certified in accordance with current legislation for disposal of any hazardous or banned substances,
— Potential Bidders with experience of replacing and installing the aforementioned requirement should submit an expression of interest in writing, including evidence of relevant experience by 29 Nov 2012. The Authority is unable to consider late or incomplete expressions of interest,
— Local planning, support and project management will be provided on site to liaise between contractors and site operational staff to procedurally ensure the smooth and seemless integration of the project whilst thus ensuring the availability of the capability at all times.
RAF Fylingdales is a site which is subject to legislation contained in the Official Secrets Act. Therefore all Bidders will have to demonstrate that they can obtain NATO Secret Clearance.
45331231, 90523000
Range: between 1 000 000 and 1 500 000 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.
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
(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
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(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
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate
(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
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years
(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
Section IV: Procedure
Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
Notice on a buyer profile
Notice number in the OJEU: 2012/S 101-166968 of 30.5.2012
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. Contractors 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. Contractors 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-20121030-DCB-4352773.
Commands & Centre, DE&S
Nimrod Building, 3 Site, RAF
HP14 4UE High Wycombe
UNITED KINGDOM
E-mail: Daniel.strange614@mod.uk
Telephone: +44 1494494360
Fax: +44 1494494400
Body responsible for mediation procedures
Commands & Centre, DE&S
Nimrod Building, 3 Site, RAF
HP14 4UE High Wycombe
UNITED KINGDOM
E-mail: Daniel.strange614@mod.uk
Telephone: +44 1494494360
Fax: +44 1494494400
Commands & Centre, DE&S
Nimrod Building, 3 Site, RAF
HP14 4UE High Wycombe
UNITED KINGDOM
E-mail: Daniel.strange614@mod.uk
Telephone: +44 1494494360
Fax: +44 1494494400
VI.5)Date of dispatch of this notice:30.10.2012