Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Construction, Maintenance and Replacement of Gas Distribution Mains and Services — Scotland Gas Netw

  • Cyhoeddwyd gyntaf: 07 Tachwedd 2019
  • Wedi'i addasu ddiwethaf: 07 Tachwedd 2019

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Scotland Gas Networks Plc
ID Awudurdod:
AA40988
Dyddiad cyhoeddi:
07 Tachwedd 2019
Dyddiad Cau:
29 Tachwedd 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

ScGN are seeking experienced suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as ‘Tier 1 Mains’) with a significantly smaller quantity in the diameter range 9” – 12” (‘Tier 2 Mains’) and diameter range 15” and above (‘Tier 3 Mains’). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the framework agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

— replacement of steel mains and services due to their condition (non-policy mains replacement),

— diversion of mains and services at the request of a third party up to 355 mm diameter,

— construction of new reinforcement mains to increase the capacity of the network up to 355 mm diameter.

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works.

The supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM principal designer and is seeking suppliers who will undertake and deliver the roles and responsibilities of a CDM principal contractor or CDM contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious suppliers with experience and competence in mains and service replacement works in a street work environment.

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scotland Gas Networks plc

Axis House

Edinburgh

EH28 8TG

UK

Person cyswllt: Cameron Kerr

Ffôn: +44 7778373138

E-bost: cameron.kerr@sse.com

NUTS: UKM

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.sgn.co.uk/about-us/reports-and-publications/tenders

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.delta-esourcing.com/tenders/UK-UK-Edinburgh:-Gas-distribution-ancillary-work./ES4F2RY2KY


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.delta-esourcing.com


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.6) Prif weithgaredd

Cynhyrchu, cludo a dosbarthu nwy a gwres

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Construction, Maintenance and Replacement of Gas Distribution Mains and Services — Scotland Gas Networks

Cyfeirnod: 10014

II.1.2) Prif god CPV

45231223

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

Scotland Gas Networks plc (‘ScGN’) are a gas distribution utility regulated by the Office of Gas and Electricity Markets (‘Ofgem’). ScGN is seeking experienced suppliers to assist the network with the delivery of a range of regulatory outputs predominantly over the period 2021 to 2026 with optional extensions of 2 x of up to 12 months. The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as ‘Tier 1 Mains’) with a significantly smaller quantity in the diameter range 9” – 12” (‘Tier 2 Mains’) and diameter range 15” and above (‘Tier 3 Mains’). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 207 600 600.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

Further information can be found in the tenderbox, attachment PQQ-GD2 Scotland.This call for competition also advertises a dynamic purchasing system. The DPS will advertise all future workload as per II.1.4). which becomes available or may include work awarded under the framework agreement where the main suppliers are unable to fulfil. Register at www.delta-esourcing.com, using code 4BBAT2QR72.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

North — all Areas North of the River Forth

II.2.2) Cod(au) CPV ychwanegol

44161110

44161100

44161600

44161000

II.2.3) Man cyflawni

Cod NUTS:

UKM71

UKM72

UKM6

UKM5

UKM62

UKM61

UKM50


Prif safle neu fan cyflawni:

Angus and Dundee City, Clackmannanshire and Fife,Highlands and Islands,North Eastern Scotland, Inverness and Nairn and Moray, Badenoch and Strathspey, Caithness and Sutherland and Ross and Cromarty, Aberdeen City and Aberdeenshire.

II.2.4) Disgrifiad o’r caffaeliad

ScGN are seeking experienced suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as ‘Tier 1 Mains’) with a significantly smaller quantity in the diameter range 9” – 12” (‘Tier 2 Mains’) and diameter range 15” and above (‘Tier 3 Mains’). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the framework agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

— replacement of steel mains and services due to their condition (non-policy mains replacement),

— diversion of mains and services at the request of a third party up to 355 mm diameter,

— construction of new reinforcement mains to increase the capacity of the network up to 355 mm diameter.

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works.

The supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM principal designer and is seeking suppliers who will undertake and deliver the roles and responsibilities of a CDM principal contractor or CDM contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious suppliers with experience and competence in mains and service replacement works in a street work environment.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 69 600 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 84

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

ScGN will additionally create a separate dynamic purchasing system to cover future workload which becomes available. This may include reallocation of work awarded under the new framework agreement where the main supplier(s) is unable to fulfil as further outlined in Section II.1).6 above.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 1

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

There will be no limit on the number of candidates who achieve the criteria set out in the PQQ.

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

SGN reserves the right to accept variants at the ITT stage provided a compliant tender has been submitted. Further information in relation to any variants and how variants will be evaluated will be set out in the ITT. The award criteria will be quality and technical 30 %, price 70 % with further specific details provided within the ITT.

Rhif y Lot 2

II.2.1) Teitl

East - Lothians, Edinburgh city and Stirlingshire

II.2.2) Cod(au) CPV ychwanegol

44161110

44161100

44161600

44161000

II.2.3) Man cyflawni

Cod NUTS:

UKM73

UKM75

UKM77

UKM78

UKM7


Prif safle neu fan cyflawni:

East Lothian and Midlothian,Edinburgh, City of,Perth & Kinross and Stirling,West Lothian,Eastern Scotland

II.2.4) Disgrifiad o’r caffaeliad

ScGN are seeking experienced Suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as “Tier 1 Mains”) with a significantly smaller quantity in the diameter range 9” – 12” (“Tier 2 Mains”) and diameter range 15” and above (“Tier 3 Mains). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the Framework Agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

•Replacement of steel mains and services due to their condition (non-policy mains replacement)

•Diversion of mains and services at the request of a third party up to 355mm diameter

•Construction of new reinforcement mains to increase the capacity of the network up to 355mm diameter

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works

The Supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM Principal Designer and is seeking Suppliers who will undertake and deliver the roles and responsibilities of a CDM Principal Contractor or CDM Contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious Suppliers with experience and competence in mains and service replacement works in a street work environment.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 30 600 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 84

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

ScGN will additionally create a separate Dynamic Purchasing System to cover future workload which becomes available. This may include reallocation of work awarded under the new Framework Agreement where the main Supplier(s) is unable to fulfil as further outlined in Section II.1.6 above.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 1

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

There will be no limit on the number of candidates who achieve the criteria set out in the PQQ

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

SGN reserves the right to accept variants at the ITT stage provided a compliant Tender has been submitted. Further information in relation to any variants and how variants will be evaluated will be set out in the ITT. The award criteria will be Quality and Technical 30 %, Price 70 % with further specific details provided within the ITT.

Rhif y Lot 3

II.2.1) Teitl

Central - Glasgow and Lanarkshire

II.2.2) Cod(au) CPV ychwanegol

44161110

44161100

44161600

44161000

II.2.3) Man cyflawni

Cod NUTS:

UKM84

UKM82

UKM95


Prif safle neu fan cyflawni:

North Lanarkshire,Glasgow City,South Lanarkshire

II.2.4) Disgrifiad o’r caffaeliad

ScGN are seeking experienced Suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as “Tier 1 Mains”) with a significantly smaller quantity in the diameter range 9” – 12” (“Tier 2 Mains”) and diameter range 15” and above (“Tier 3 Mains). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the Framework Agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

•Replacement of steel mains and services due to their condition (non-policy mains replacement)

•Diversion of mains and services at the request of a third party up to 355mm diameter

•Construction of new reinforcement mains to increase the capacity of the network up to 355mm diameter

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works

The Supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM Principal Designer and is seeking Suppliers who will undertake and deliver the roles and responsibilities of a CDM Principal Contractor or CDM Contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious Suppliers with experience and competence in mains and service replacement works in a street work environment.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 60 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 84

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

ScGN will additionally create a separate Dynamic Purchasing System to cover future workload which becomes available. This may include reallocation of work awarded under the new Framework Agreement where the main Supplier(s) is unable to fulfil as further outlined in Section II.1.6 above.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 1

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

There will be no limit on the number of candidates who achieve the criteria set out in the PQQ

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

SGN reserves the right to accept variants at the ITT stage provided a compliant Tender has been submitted. Further information in relation to any variants and how variants will be evaluated will be set out in the ITT. The award criteria will be Quality and Technical 30 %, Price 70 % with further specific details provided within the ITT.

Rhif y Lot 4

II.2.1) Teitl

West - Western Scotland, Renfrewshire and Dunbartonshire

II.2.2) Cod(au) CPV ychwanegol

44161110

44161100

44161000

44161600

II.2.3) Man cyflawni

Cod NUTS:

UKM83

UKM81

UKM82

UKM93

UKM76

UKM8


Prif safle neu fan cyflawni:

Inverclyde, East Renfrewshire and Renfrewshire,East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond,Glasgow City,East Ayrshire and North Ayrshire mainland,Falkirk,West Central Scotland

II.2.4) Disgrifiad o’r caffaeliad

ScGN are seeking experienced Suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as “Tier 1 Mains”) with a significantly smaller quantity in the diameter range 9” – 12” (“Tier 2 Mains”) and diameter range 15” and above (“Tier 3 Mains). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the Framework Agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

•Replacement of steel mains and services due to their condition (non-policy mains replacement)

•Diversion of mains and services at the request of a third party up to 355mm diameter

•Construction of new reinforcement mains to increase the capacity of the network up to 355mm diameter

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works

The Supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM Principal Designer and is seeking Suppliers who will undertake and deliver the roles and responsibilities of a CDM Principal Contractor or CDM Contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious Suppliers with experience and competence in mains and service replacement works in a street work environment.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 34 800 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 84

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

ScGN will additionally create a separate Dynamic Purchasing System to cover future workload which becomes available. This may include reallocation of work awarded under the new Framework Agreement where the main Supplier(s) is unable to fulfil as further outlined in Section II.1.6 above.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 1

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

There will be no limit on the number of candidates who achieve the criteria set out in the PQQ

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

SGN reserves the right to accept variants at the ITT stage provided a compliant Tender has been submitted. Further information in relation to any variants and how variants will be evaluated will be set out in the ITT. The award criteria will be Quality and Technical 30 %, Price 70 % with further specific details provided within the ITT.

Rhif y Lot 5

II.2.1) Teitl

South - Borders, Teviotdale and Dumfries and Galloway

II.2.2) Cod(au) CPV ychwanegol

44161110

44161100

44161600

44161000

II.2.3) Man cyflawni

Cod NUTS:

UKM92

UKM94

UKM9

UKM91

UKM63


Prif safle neu fan cyflawni:

Dumfries & Galloway,South Ayrshire,Southern Scotland,Scottish Borders,Lochaber, Skye & Lochalsh, Arran & Cumbrae and Argyll & Bute

II.2.4) Disgrifiad o’r caffaeliad

ScGN are seeking experienced Suppliers to assist the Network with the delivery of a range of Ofgem regulatory outputs predominantly over the GD2 period (2021 to 2026). The primary works activity will be the policy abandonment and replacement, with polyethylene pipework, of underground cast iron gas mains and associated steel service pipes and Risers (up to 6 storeys) across Scotland Network. The majority of the cast-iron mains to be abandoned and renewed will be in the diameter range 3” to 8” (referred to as “Tier 1 Mains”) with a significantly smaller quantity in the diameter range 9” – 12” (“Tier 2 Mains”) and diameter range 15” and above (“Tier 3 Mains). The mains are located in predominantly urban locations including Edinburgh, Glasgow and most major cities and towns and operate at pressures up to 2 bar.

Most replacement mains will be constructed using live or dead mains insertion techniques as ‘best engineering practice’ in order to reduce reinstatement costs and increase productivity. The works will also include pricing options for open cut mainlaying.

In addition to the primary works activities detailed above, the Framework Agreement will include the following secondary works activities which typically account for 5 % - 15 % of the total annual workload:

•Replacement of steel mains and services due to their condition (non-policy mains replacement)

•Diversion of mains and services at the request of a third party up to 355mm diameter

•Construction of new reinforcement mains to increase the capacity of the network up to 355mm diameter

Suppliers will be required to provide experienced and competent resources to safely deliver the primary works annual policy mains replacement works target and an element of the inclusive secondary works

The Supplier will be required to supply management, supervision resource management, traffic management, main laying, service laying reinstatement and meter works. ScGN will undertake or provide the role of the CDM Principal Designer and is seeking Suppliers who will undertake and deliver the roles and responsibilities of a CDM Principal Contractor or CDM Contractor to provide a fully managed service to ScGN, including but not limited to preconstruction surveys, works scheduling, material ordering, customer liaison, stakeholder engagement, supervision and management of all on site resources, SHE management and auditing. As such, ScGN will be seeking safety conscious Suppliers with experience and competence in mains and service replacement works in a street work environment.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 12 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 84

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

ScGN will additionally create a separate Dynamic Purchasing System to cover future workload which becomes available. This may include reallocation of work awarded under the new Framework Agreement where the main Supplier(s) is unable to fulfil as further outlined in Section II.1.6 above.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Yr isafswm nifer a ragwelir: 1

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

There will be no limit on the number of candidates who achieve the criteria set out in the PQQ

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Ydy

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

SGN reserves the right to accept variants at the ITT stage provided a compliant Tender has been submitted. Further information in relation to any variants and how variants will be evaluated will be set out in the ITT. The award criteria will be Quality and Technical 30 %, Price 70 % with further specific details provided within the ITT.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Achilles Verify B2 Audit achieved prior to either framework award or dynamic purchasing system call-off.

III.1.2) Statws economaidd ac ariannol

Lefel(au) gofynnol y safonau sydd eu hangen:

For suppliers who will subcontract parts of the business that might be obtained by it under the proposed framework agreement. The supplier should provide a letter signed by a person of appropriate authority within the supplier organisation confirming that the supplier has or will have prior to the commencement of any subsequently awarded contract, arrangements in place to ensure that sub-contractors are competent and appropriately insured.

The supplier is to confirm that a search of the supplier against a third party financial assessment will not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code (or equivalent), unless the supplier confirms that it can provide any other document which ScGN considers appropriate to prove to ScGN (acting within its permitted discretion under the applicable utilities procurement rules) that the Supplier does/would not represent an unmanageable risk should it be appointed onto the proposed framework agreement.

III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan

Suppliers are required to complete and submit the online PQQ and meet the minimum selection requirements. Those who meet the minimum requirements will be issued with an ITT. Suppliers who take part in the ITT but are not awarded a framework agreement must register on the dynamic purchasing system for the option to compete for future requirements. New suppliers can access the dynamic purchasing system via the weblink. In both these circumstances, those meeting the minimum requirements will be included onto the dynamic purchasing system to compete for future works. Details on how to access the DPS can be found in VI.3).

III.1.6) Adneuon a gwarantau sy’n ofynnol:

ScGN reserves the right to require guarantees, bonds, collateral warranties (potentially including the grant of step-in rights) and other forms of security as appropriate based on the financial strength of the Supplier to be specified at ITT stage. Further details and requirements will be provided in the ITT.

III.1.7) Prif amodau cyllido a threfniadau talu a/neu gyfeiriad at y darpariaethau perthnasol sy’n eu llywodraethu:

The main financing conditions, payment mechanism and performance standards will be described in the ITT, but it is expected that payment will be based on tendered rates as follows:

Payment will be made through the ScGN work management system (via the contractor invoice payment system) following issue and authorisation of fully completed electronic weekly track sheets and associated job cards and details. A summary of the proposed payment process is provided in Annex A — Heads of Terms. Payment will be made no later than 14 days after receipt of the fully completed weekly track sheets.

III.1.8) Ar ba ffurf gyfreithiol y bydd y gr?p o weithredwyr economaidd y caiff y contract ei ddyfarnu iddynt:

ScGN will accept expressions of interest and tenders from single entities or consortia. ScGN does not require those consortia who intend to form a single legal entity to do so at the pre-qualification stage. ScGN 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) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

The framework agreement will make provisions to include performance security requirements and indemnities, delivery criteria and targets, performance measurement (via Key Performance Indicators (KPIs), incentives and penalties to ensure that the delivery achieves best value. Final specific details on the form of framework agreement and contracting approach will be provided in the ITT but a summary of the proposed approach to these key matters is provided in Annex A Heads of Terms.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

negodi gyda galwad am gystadleuaeth

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog

Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 29/11/2019

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 27/01/2020

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 12  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

Subject to the provision for options to extend the agreement, the framework award will take place in 5 years.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The value of each lot are estimates only and ScGN reserves the right to transfer or reallocate unspent funds between lots and other works captured by this notice and Suppliers should consider the total value of the works and not just each lot.

Suppliers should note that the duration of the Framework Agreement and time limit for completion expressed in this contract notice may be subject to change in accordance with the terms of the PQQ, ITT and the Framework Agreement.

The Framework Agreement will make appropriate provisions to include ScGN's requirements, including performance security requirements and indemnities, specific targets, Key Performance Indicators (KPIs), and appropriate incentives to ensure that the delivery achieves best value. Further details on the form of Framework Agreement and contracting approach will be provided in the ITT.

Suppliers should be aware that ScGN reserves the right to do any, some or all of the following: — omit scope, vary the scope of the Framework Agreement, vary the scope of the lots or between lots and to abort the procurement of any lot and to aggregate the scope of that aborted lot into one or more of the other lots. Further information in relation to scope and value of the lots is included in the PQQ.

All economic operators must complete the PQQ strictly in accordance with the submission deadline for PQQ applications stated in the PQQ.

A response to this notice does not guarantee that a Supplier will be invited to tender. The award process may be terminated or suspended at any time without cost or liability to ScGN. ScGN does not bind itself to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights express or implied arise out of this notice or the procedures envisaged by it. Any contract let by ScGN may provide that the scope or duration of the contract may be extended at ScGN's discretion. ScGN reserves the right to vary its requirements and the procedure relating to the conduct of the award process. ScGN 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 ScGN during the award process; or

•Fails by reference to Regulation 78 of the Utilities Contracts (Scotland) Regulations 2016 any one or more of the criteria detailed in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

ScGN reserves the right to require the submission of any additional, supplementary or clarification information as it may, in its absolute discretion, consider appropriate.

Tenders and supporting documents must be priced in Pounds Sterling and all payments made under the contract will be in Pounds Sterling unless otherwise stated.

ScGN embraces diversity and welcomes applications from all suitably skilled Suppliers of all sizes who can meet the requirements, regardless of gender, ethnicity, sexual orientation, faith, disability or age of supplier workforce and/or ownership. ScGN will actively promote sustainable procurement throughout its supply chain and welcomes applications from Suppliers committed to the principles of reducing, reusing and recycling resources and to the practices of buying responsibly.

Suppliers should note The DPS will be open until 2026 (with the option of 2 further extension periods of up to 12 months each). You must register on the Delta system at https://www.delta-esourcing.com. Once registered select the ‘Response manager’ on the left hand side and then within the access code box enter the access code 4BBAT2QR72. This will then give you access to the DPS titled Construction, maintenance and replacement of gas distribution mains and services – Scotland Gas Network You must then complete and submit the short online pre-PQQ.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-Edinburgh:-Gas-distribution-ancillary-work./ES4F2RY2KY

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/ES4F2RY2KY

GO Reference: GO-2019115-PRO-15539179

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

TBC

TBC

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

ScGN will incorporate a standstill period of a minimum of ten (10) calendar days at the point that information on the award of the framework agreement and the reasons for the decision is communicated to suppliers.

VI.5) Dyddiad anfon yr hysbysiad hwn

05/11/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45231223 Gwaith ategol dosbarthu nwy Gwaith adeiladu ar gyfer piblinellau, llinellau cyfathrebu a llinellau pwer
44161600 Piblinell gwasgedd isel Piblinellau
44161000 Piblinellau Gwaith adeiladau pontydd ar gyfer piblinellau
44161100 Piblinellau nwy Piblinellau
44161110 Rhwydwaith dosbarthu nwy Piblinellau

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
cameron.kerr@sse.com
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.