By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

SGN 2220.04.22 Transportation of LNG (Liquid Nitrogen Gas).

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Scotland Gas Networks Ltd (SGN)
95 Kilbirnie Street
For the attention of: Peter Killiard
G5 8JD Glasgow
United Kingdom
Telephone: +44 07880180625
E-mail:

Internet address(es):

General address of the contracting entity: https://www.sgn.co.uk/

Address of the buyer profile: https://www.sgn.co.uk/

Electronic access to information: https://www.sgn.co.uk/Publications/Procurement/

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for 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)Main activity
Production, transport and distribution of gas and heat
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
SGN 2220.04.22 Transportation of LNG (Liquid Nitrogen Gas).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 5
II.1.5)Short description of the contract or purchase(s):
Transportation of LNG (Liquid Nitrogen Gas) to a suitably experienced road haulage specialist to carry out a variety of work relating to the transportation, loading and offloading of LNG and LPG road tankers.

Please confirm your interest by email confirmation to by 2.11.2016.

The pre-qualification questionnaire can be downloaded at https://www.sgn.co.uk/Publications/Procurement/

All pre-qualification questionnaire returns must be submitted by no later 14.11.2016 12:00.
II.1.6)Common procurement vocabulary (CPV)

24111800, 60000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This 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:
LNG Transport: LNG will be collected from the Isle of Grain, Zeebrugge and Rotterdam, with the primary collection point being Isle of Grain. The LNG will be delivered to Oban, Campbeltown, Wick and Thurso utilising a mixture of SGN owned 20 Tonne capacity road tankers, and 15 Tonne capacity intermodal tanks. Collection volumes at any of these sites can change due to site outages so sufficient resource and flexibility is required to ensure a seem less transition with no interruption to supply.
General: Traction will also be required to move trailers between specialist testing facilities, maintenance facilities and storage areas.
It is intended that the contract will commence May 2017 and will be for the duration of 5 years, in the first instance, with an option to extend for a further two (2) years in one year blocks. The Framework Agreement will not guarantee any exclusivity of work, level of work, income or financial return over the Agreement term.
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

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
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 entity:
2220.04.22 Transportation of LNG
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents (except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.11.2016 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
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.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
18.10.2016