Tender for Modular Assembly Fabrication
Scottish Water is looking to appoint a supply chain partner under an open book agreement to provide a variety of modular based products assembled/fabricated in a ‘factory’ environment producing factory tested and fully functional units complete with O&M manuals using repeatable design for delivery to site for off loading to a pre prepared foundation slab or final installation area.
United Kingdom-Glasgow: Fabrication work
2014/S 071-123024
Contract notice – utilities
Supplies
Directive 2004/17/EC
Section I: Contracting entity
Scottish Water
The Bridge, Buchanan Gate Business Park, Cumbernauld Road, Stepps
For the attention of: Paul Stewart
Glasgow
UNITED KINGDOM
Telephone: +44 1414147990
Internet address(es):
General address of the contracting entity: www.scottishwater.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10303
Electronic access to information: www.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk
Further information can be obtained from: Scottish Water
The Bridge, Buchanan Gate Business Park, Cumbernauld Road, Stepps
Glasgow
UNITED KINGDOM
Telephone: +44 1414147990
Internet address: www.scottishwater.co.uk
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Scottish Water
The Bridge, Buchanan Gate Business Park, Cumbernauld Road, Stepps
Contact point(s): Procurement and Supply Chain
For the attention of: Paul Stewart
Glasgow
UNITED KINGDOM
Telephone: +44 1414147990
Internet address: www.scottishwater.co.uk
Tenders or requests to participate must be sent to: Scottish Water
The Bridge, Buchanan Gate Business Park, Cumbernauld Road, Stepps
Contact point(s): Procurement and Supply Chain
For the attention of: Paul Stewart
Glasgow
UNITED KINGDOM
Telephone: +44 1414147990
Internet address: www.scottishwater.co.uk
Section II: Object of the contract
Purchase
Main site or location of works, place of delivery or of performance: Scotland.
NUTS code UK
Duration of the framework agreement
Duration in years: 7
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 8 000 000 and 12 000 000 GBP
Scope of work
Scottish Water is looking to appoint a supply chain partner under an open book agreement to provide a variety of modular based products assembled/fabricated in a ‘factory’ environment producing factory tested and fully functional units complete with O&M manuals using repeatable design for delivery to site for off loading to a pre prepared foundation slab or final installation area.
The scope will include but is not limited to:
1. Off site manufacture, fabrication and assembly of component based modular mechanical, electrical plant installations including associated components interdependency pipe work and control systems.
2. Production of equipment that is fully compliant with Scottish Water’s standard design(s) and specification.
3. Modular units to be capable of delivery from the fabricator at a level of completion to allow Factory Acceptance Test, Site Acceptance Test, installation and commissioning or commissioning by others.
4. Factory finished assemblies to be developed using proprietary modular equipment and associated components sourced from Scottish Water’s current framework agreements and the open market.
5. The capabilities required from the supply chain partner include design capability, product development acceptance, implementation/user training and a strong and robust procurement and material planning capability.
6. Full transparency of supplier’s actual costs to facilitate co-development and value engineering.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=300787
45255400, 44400000
Scope of work
Scottish Water is looking to appoint a supply chain partner under an open book agreement to provide a variety of modular based products assembled/fabricated in a ‘factory’ environment producing factory tested and fully functional units complete with O&M manuals using repeatable design for delivery to site for off loading to a pre prepared foundation slab or final installation area.
The scope will include but is not limited to:
1. Off site manufacture, fabrication and assembly of component based modular mechanical, electrical plant installations including associated components interdependency pipe work and control systems.
2. Production of equipment that is fully compliant with Scottish Water’s standard design(s) and specification.
3. Modular units to be capable of delivery from the fabricator at a level of completion to allow Factory Acceptance Test, Site Acceptance Test, installation and commissioning or commissioning by others.
4. Factory finished assemblies to be developed using proprietary modular equipment and associated components sourced from Scottish Water’s current framework agreements and the open market.
5. The capabilities required from the supply chain partner include design capability, product development acceptance, implementation/user training and a strong and robust procurement and material planning capability.
6. Full transparency of supplier’s actual costs to facilitate co-development and value engineering.
Estimated value excluding VAT
Range: between 8 000 000 and 12 000 000 GBP
Section III: Legal, economic, financial and technical information
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) 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.
(6) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(7) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(8) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(9) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities;
(10) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(11) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(12) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(13) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
Section VI: Complementary information
VI.5)Date of dispatch of this notice:7.4.2014