SGN is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Design, manufacture, supply and delivery of Skid Units |
Notice type: | Contract Notice - Utilities |
Authority: | SGN |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | The successful Supplier(s) are to carry out the design, manufacture, and delivery of Skid mounted modules for installation at various sites on the Southern and Scotland Networks. The modules required are single stream and twin-stream skid mounted self-contained high pressure reduction units with common inlet header, inlet stream isolation valves, outlet stream isolation valves, a common outlet header and all necessary stainless steel auxiliary pipework, control equipment, gauges, fittings and purge/vent valves with associated control components, twin stream filter bank, twin stream heat exchangers and site fuel gas supply units. SGN are open in this Agreement engaging as a Supplier a Design House or a Fabricator as a contracting entity, with appropriate sub-contracting provisions as per this Agreements in place. |
Published: | 24/08/2022 11:36 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Southern Gas Networks plc
St Lawrence House,, Station Approach, Horley, RH6 9HJ, United Kingdom
Tel. +44 1313654112, Email: Diane.pirie@sgn.co.uk
Contact: Diane Pirie
Main Address: www.sgn.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: Yes.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Horley:-Gas-pressure-equipment./77AFF297N5
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.6) Main activity:
Production, transport and distribution of gas and heat
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Design, manufacture, supply and delivery of Skid Units
Reference Number: Not provided
II.1.2) Main CPV Code:
39341000 - Gas pressure equipment.
BA42-5 - Welded
IA01-9 - Design and construction
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The successful Supplier(s) are to carry out the design, manufacture, and delivery of Skid mounted modules for installation at various sites on the Southern and Scotland Networks.
The modules required are single stream and twin-stream skid mounted self-contained high pressure reduction units with common inlet header, inlet stream isolation valves, outlet stream isolation valves, a common outlet header and all necessary stainless steel auxiliary pipework, control equipment, gauges, fittings and purge/vent valves with associated control components, twin stream filter bank, twin stream heat exchangers and site fuel gas supply units.
SGN are open in this Agreement engaging as a Supplier a Design House or a Fabricator as a contracting entity, with appropriate sub-contracting provisions as per this Agreements in place.
II.1.5) Estimated total value:
Value excluding VAT: 8,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
71320000 - Engineering design services.
39341000 - Gas pressure equipment.
43327000 - Prefabricated equipment.
45262680 - Welding.
II.2.3) Place of performance:
UKM SCOTLAND
UKJ SOUTH EAST (ENGLAND)
II.2.4) Description of procurement: ScGN & SoGN and Scotland Networks requires a supplier to carry out the design, manufacture, and delivery of skid mounted modules for installation at various sites on the Southern and Scotland Networks.
The modules required are single stream and twin-stream skid mounted high pressure reduction units with associated control components, twin stream filter bank, twin stream heat exchangers and boiler gas supply units.
The intention is to establish a Dynamic Purchasing System (DPS) under which the units will be procured.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 8,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Following the completion of the initial contract term of 4 years there is an option for a further extension period of 12 months. Renewal details will be made available via Achilles UVDB and/or Find a Tender.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 1
Objective criteria for choosing the limited number of cadidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: There will be no limit on the number of candidates who achieve the criteria set out in the PQQ. All Applicants approved onto the DPS will be invited to participate in all mini competitions
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
Applicants are required to complete and submit the online PQQ and meet the minimum selection requirements. Those
who meet the minimum requirements will be approved onto the DPS. Details for accessing the DPS can be found a
VI.3.
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.1.6) Deposits and guarantees required:
Not Provided
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made by BACS
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
SGN will accept expressions of interest and tenders from single entities or consortia. SGN does not require those consortia who intend to form a single legal entity to do so at the prequalification stage. SGN will consider contracting with a consortium, providing always that the participants in any joint venture are jointly and severally liable for all of the obligations of the supplier under the framework agreement.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/09/2022 Time: 16:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 - 5 years
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: SGN reserves the right to disqualify any economic operator who:
-Provides information or confirmations which later prove to be untrue or incorrect; does not supply the information
required by this contract notice or by the PQQ a, or as otherwise required by SGN during the award process; or
-Fails by reference to Regulation 80 of the UK Utilities Contract Regulations 2016 any one or more of the criteria
detailed in Regulation 57 of the UK Public Contracts Regulations 2015.
SGN reserves the right to require the submission of any additional, supplementary or clarification information as it
may, in its absolute discretion, consider appropriate.
Suppliers shall be solely responsible for and liable for all costs associated with and arising out of or in connection with
responding to this notice and any prequalification questionnaire and with submitting any tender, howsoever incurred.
Suppliers can request to participate in the DPS at any point during the 4 year period.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Horley:-Gas-pressure-equipment./77AFF297N5
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/77AFF297N5
VI.4) Procedures for review
VI.4.1) Review body:
Scotia Gas Networks
Horley, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 24/08/2022
Annex A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Entity
Scotland Gas Networks plc
Axis House, Edinburgh, EH, United Kingdom
Email: diane.pirie@sgn.co.uk
Main Address: www.sgn.co.uk
NUTS Code: UKM