web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Swindon: Miscellaneous transport equipment and spare parts

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 238-434314/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
UK Shared Business Services Limited
North Star House, North Star Avenue
Swindon
Postal code: SN2 1FF
United Kingdom
For the attention of: Fiona Morris
Phone: +44 1793867240
Email: fiona.morris@uksbs.co.uk
Internet Address(es):
General address of the contracting authority: www.uksbs.co.uk
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:
Body governed by public law
I.3) Main activity:
OTHER: public procurement
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
British Antarctic Survey
High Cross, Madingley Road
Cambridge
Postal code: CB3 0ET
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
UK SBS PR16219 Cargo Sledges.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UK
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
British Antarctic Survey (BAS) is currently developing a bulk fuel storage facility at its research station in Halley, Antarctica. This is part of a spend to save investment whereby BAS will significantly reduce the number of drummed fuel tanks it has to ship and handle each year by shifting to a new bulk fuel storage facility at the station. The bulk tank storage facility is expected to be built and fully functional during the 2017 Austral season.
The facility will include up to 30 bulk fuel tanks with each tank being hosted on a dedicated cargo sledge capable of holding and temporarily moving the tanks in Antarctic conditions. There is also a requirement for a smaller number additional cargo sledges to be used as part of the logistical operations to get the fuel tanks into situ at the station. In total a quantity of 38 sledges are required for this initiative.
II.1.6) Common procurement vocabulary (CPV): 34900000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
A total of 38 sledges are required for this tender and the following operating parameters and technical features are required from the cargo sledge:
— Coupled to a towing vehicle.
— Transport boxed cargo on snow and ice.
— Load capacity of 2 x 10′-ISO-Norm Containers or 1 x 20′-ISO-Norm Container
— Able to carry maximum Load of 25t
— EC declaration of conformity.
Technical Specification:
— Ability to couple 3 sledges successively partially loaded via rear pintle hitch.
— Twist locks on 4 corners for easy container securing.
— Interchangeable load gates for carrying loose cargo (Plywood on steel post).
— Flat deck (load gates removed).
— Weather proof plywood floor (anti slip).
— Operating temperature down to -50 °C.
— Ability to load towing eye to a towing vehicle traction power of 150 kN.
— Ability to fit rear platform extension to main deck (removable) for abnormal loads.
— Draw bar lifting device for safe hooking up to towing vehicle.
— Two pairs of skis on cross axle connected to pulling chains, front and rear axles with articulated steering, sliding dynamic drawbar and axles for smooth break out.
— Steel keel design on ski to prevent lateral slipping if on slope.
— Skis fitted with anti-friction material to reduce dynamic towing force and skis from freezing on the snow when parked.
— Colour — Skis RAL 9003 (signal white) Body RAL 5010 (Gentian blue).
— Fitted with lifting eyes (unladed lift).
The first consignment of 38 Cargo sledges will be shipped to Antarctica via one of the BAS operated polar research ships from October 2017. Consequently delivery of the cargo sledges is required by October 2017 latest to a UK dockside (Immingham, UK) to be provided free alongside in a bonded store.
Batch shipments of cargo sledges to the docks is acceptable provided that in total 38 cargo sledges are delivered by October 2017.
Estimated value excluding VAT:
Range: between 1 300 000 and 2 500 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Duration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Participants will be advised if this is necessary during
the procurement. Parent company and/or other
guarantees of performance and financial liability may
be required if considered appropriate.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Bids to be priced in £ GBP.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Any consortium, SPV, Partnership should ideally have a designated lead service provider, all members will have joint and several liability in respect of the obligations and liabilities to any contract or framework and any subsequent contracts awarded under the same.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The government has set out the need for greater
transparency across its operations to enable the
public to hold public bodies and politicians to account.
This includes commitments relating to public
expenditure, intended to help achieve better value for
money.
Suppliers and those organisations looking to bid for
public sector contracts should be aware that if they
are awarded a new government contract, the resulting contract will be published. In some circumstances, limited redactions will be made to some contracts before they are published in order to comply with existing regulatory needs and law, plus the protection of national security.
Suppliers (including SPV’s, Consortia and Partnerships) may be required to clearly demonstrate
recent successful experience in similar projects and
environments.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: All submissions will be assessed in accordance with
the Public Contracts Regulations 2015, for
procurement values that exceed Regulation 5
(Threshold amounts).
This procurement will be managed electronically via
the Crown Commercial Service’s e-Sourcing Suite.
To participate in this procurement, participants shall
first be registered on the e-Sourcing Suite.
If Bidders have not yet registered on the eSourcing
Suite, this can be done online at
by following
the link ‘Register for CCS eSourcing’.
Please note that, to register, Bidders must have a
valid DUNS number (as provided by Dun and
Bradstreet) for the organisation which you are
registering, who will be entering into a contract if
invited to do so. Note: registration may take some
time please ensure that you allow a sufficient amount of time to register.
Full instructions for registration and use of the system can be found at

Once you have registered on the eSourcing Suite, a
registered user can express an interest for a specific
procurement. This is done by emailing
ExpressionOfInterest@ccs.gsi.gov.uk.
Your email must clearly state:
the name and reference for the procurement you wish to register for;
Your organisations full name as a registered supplier; the name and contact details for the registered individual sending the email.
Crown Commercial Service (CCS) will process the
email and then enable the Bidder to access the
procurement online via the e-Sourcing Suite.
The registered user will receive a notification email to
alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event.
Please note it is your responsibility to access these
emails on a regular basis to ensure you have sight of
all relevant information applicable to this opportunity.
For technical assistance on use of the e-Sourcing
Suite please contact Crown Commercial Service
(CCS) Helpdesk (Not UK SBS Ltd ): Freephone: 0345 010 3503 email: supplier@ccs.gsi.gov.uk
Training support to respond to a requirement is
available to bidders at

Responses must be received by the date in IV.3.4.
Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: All submissions will be assessed in accordance with
the Public Contracts Regulations 2015, for
procurement values that exceed Regulation 5
(Threshold amounts).
The sourcing documents can be accessed at:
using the
instructions detailed in III.2.1.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: All submissions will be assessed in accordance with
the Public Contracts Regulations 2015, for
procurement values that exceed Regulation 5
(Threshold amounts).
The sourcing documents can be accessed using the
instructions detailed in III.2.1
Project specific requirements
The Contracting Authority requires all interested
parties to sign a Non Disclosure Agreement prior to
being able to access the sourcing documents
The Contracting Authority may have regard to any of
the following means in its assessment:
(a) a list of the works carried out over the past five
years or goods and services carried out in the past
three 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 Bidder 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.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
UK SBS PR16219
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:25.01.2017 – 14:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
26.01.2017 – 14:00
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:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Date: 26.1.2017 – 15:00
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
VI.4) Procedures for appeal:
VI.4.3) Service from which information about the lodging of appeals may be obtained:
UK Shared Business Services Limited
North Star House
Swindon
Postal code: SN21FF
United Kingdom
Email: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5) Date of dispatch of this notice:
06.12.2016