loading
  • GB-RG2 0BY Reading
  • 25.10.2017
  • Ausschreibung
  • (ID 2-280235)

General Maintenance and Engineering Services.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 25.10.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 4 - max. 4
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    General maintenance and engineering services (GMES) is key to delivering business continuity, seamless operational management and to the mitigation of operational risks. This procurement covers a broad and diverse range of reactive maintenance services for a wide range of assets across our estate.
    The agreement will be split into 8 lots:
    Lot 1: Mechanical (conveyors, gearboxes, drive shafts, valves, fabrication and workshop: tanks, pipework, access equipment).
    Lot 2: Electrical (starters, control systems).
    Lot 3: Compressors and Blowers.
    Lot 4: Variable Speed Drives (VSDs).
    Lot 5: Screens.
    Lot 6: Trunk Sewers.
    Lot 7: Lagging & Insulation.
    Lot 8: Generators.
    Examples shown above are only indications of some of the activities which may fall within these service areas.
    Leistungsumfang
    Supply of parts and services for the maintenance of generators.
    Covers reactive maintenance of generators across the entire Thames region. This may involve repair and/or replacement of material. A supplier will be required to be able to cover all parts of the region, often in short timescales.
    Adresse des Bauherren UK-RG2 0BY Reading
    TED Dokumenten-Nr. 399086-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Reading: Repair and maintenance services

      2017/S 194-399086

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Thames Water Utilities Limited
      Procurement Support Centre — 3rd Floor East, C/O Mail Room, Rose Kiln Court
      Reading
      RG2 0BY
      United Kingdom
      E-mail: 
      MTdpa2hcbmteZl5nbSdsbmlpaGttJ1xeZ21rXjltYVpmXmxwWm1eaydcaCduZA==
      NUTS code: UKJ11

      Internet address(es):

      Main address: www.thameswater.co.uk

      I.2)Joint procurement
      I.3)Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://www.thameswater.co.uk/procurement
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.thameswater.co.uk/procurement
      I.6)Main activity
      Water

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      General Maintenance and Engineering Services.

       

      Reference number: FA1357
      II.1.2)Main CPV code
      50000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      General maintenance and engineering services (GMES) is key to delivering business continuity, seamless operational management and to the mitigation of operational risks. This procurement covers a broad and diverse range of reactive maintenance services for a wide range of assets across our estate.

      The agreement will be split into 8 lots:

      Lot 1: Mechanical (conveyors, gearboxes, drive shafts, valves, fabrication and workshop: tanks, pipework, access equipment).

      Lot 2: Electrical (starters, control systems).

      Lot 3: Compressors and Blowers.

      Lot 4: Variable Speed Drives (VSDs).

      Lot 5: Screens.

      Lot 6: Trunk Sewers.

      Lot 7: Lagging & Insulation.

      Lot 8: Generators.

      Examples shown above are only indications of some of the activities which may fall within these service areas.

       

      II.1.5)Estimated total value
      Value excluding VAT: 240 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Lots 1 — 8.

       

      II.2)Description
      II.2.1)Title:

       

      Mechanical (conveyors, gearboxes, drive shafts, valves, fabrication and workshop: tanks, pipework, access equipment.

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71333000
      50530000
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UKJ
      Main site or place of performance:

       

      North London, South London, Thames Valley.

       

      II.2.4)Description of the procurement:

       

      — Fabrication and workshop services: manufacture of bespoke pieces of equipment (including health & safety works) and repair/modification of pieces of equipment on site.

      — Repair and maintenance services for tanks ancillary equipment: repair and maintenance services of the ancillary equipment around all types of tanks (e.g. primary, digester, settlement tanks) such as fabricated bridges, scrapers, wheels, rail, gearboxes, etc.,

      — Pipework maintenance: repair and modification of pipework connecting to above ground assets,

      — Access equipment repair and maintenance: maintenance, repair and modification of access platforms, access walkways, handrails, steps, ladders, covers.

      Reactive maintenance services for the Lot 1 assets including conveyors, gearboxes, drive shafts, valves, generators, fabrication and workshop: tanks, pipework, access equipment.

      Lot 1 (a): North London region.

      Lot 1 (b): South London region.

      Lot 1 (c): Thames Valley region.

       

      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: 120 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: yes
      Description of renewals:

       

      Between 3 — 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 8
      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Any agreement awarded would be for an initial duration of 3 years, with options to extend up to a maximum overall term of 8 years.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Electrical (starters, control systems)

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      50532000
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UKJ
      Main site or place of performance:

       

      North London, South London, Thames Valley.

       

      II.2.4)Description of the procurement:

       

      Supply of parts and services for the maintenance of starters and control systems. Reactive maintenance for our Lot 2 assets.

      Lot 2 (a): North London region.

      Lot 2 (b): South London region.

      Lot 2 (c): Thames Valley region.

       

      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: 67 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: yes
      Description of renewals:

       

      Between 3 — 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 8
      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Any agreement awarded would be for an initial duration of 3 years, with options to extend up to a maximum overall term of 8 years.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Compressors and Blowers

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      50531300
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UKJ
      Main site or place of performance:

       

      Whole of Thames Water Region.

       

      II.2.4)Description of the procurement:

       

      Supply of parts and maintenance for the maintenance of compressors and blowers.

      Covers reactive maintenance services on compressors and blowers across the entire Thames region. A supplier will be required to be able to cover all parts of the region, often in short timescales.

       

      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: 16 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: yes
      Description of renewals:

       

      Between 3 — 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 8
      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Any agreement awarded would be for an initial duration of 3 years, with options to extend up to a maximum overall term of 8 years.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Variable Speed Drives (VSDs)

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      50532000
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UKJ
      Main site or place of performance:

       

      Whole of Thames Water Region.

       

      II.2.4)Description of the procurement:

       

      Supply of parts and services for the maintenance of VSDs.

      Covers reactive maintenance services on VSDs across the entire Thames region. A supplier will be required to be able to cover all parts of the region, often in short timescales.

       

      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: 8 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: yes
      Description of renewals:

       

      Between 3 — 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Any agreement awarded would be for an initial duration of 3 years, with options to extend up to a maximum overall term of 8 years.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Screens

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      42996500
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UKJ
      Main site or place of performance:

       

      Whole of Thames Water Region.

       

      II.2.4)Description of the procurement:

       

      Supply of parts and services for the maintenance of screens and screen handling equipment.

      Covers reactive maintenance services on Screens across the entire Thames region. A supplier will be required to be able to cover all parts of the region, often in short timescales.

       

      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: 16 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: yes
      Description of renewals:

       

      Between 3 — 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 4
      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Any agreement awarded would be for an initial duration of 3 years, with options to extend up to a maximum overall term of 8 years.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Trunk Sewers

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      44130000
      44161200
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UKJ
      Main site or place of performance:

       

      Whole of Thames Water Region.

       

      II.2.4)Description of the procurement:

       

      Supply of parts and services for the maintenance of trunk sewers. This will include Combined Sewer Outfalls.

      Covers reactive maintenance services on Trunk Sewers (including Combined Sewer Outfalls) across the entire Thames region. A supplier will be required to be able to cover all parts of the region, often in short timescales.

       

      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: 8 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: yes
      Description of renewals:

       

      Between 3 — 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 4
      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Any agreement awarded would be for an initial duration of 3 years, with options to extend up to a maximum overall term of 8 years.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Lagging and Insulation

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      50000000
      45321000
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UKJ
      Main site or place of performance:

       

      Whole of Thames Water Region.

       

      II.2.4)Description of the procurement:

       

      Supply and installation of lagging and insulation on pipework and valves mainly. But also engines and boilers.

      Covers reactive maintenance services of lagging and insulation equipment across the entire Thames region. This may involve repair and/or replacement of material. A supplier will be required to be able to cover all parts of the region, often in short timescales.

       

      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: 4 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: yes
      Description of renewals:

       

      Between 3 — 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 4
      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Any agreement awarded would be for an initial duration of 3 years, with options to extend up to a maximum overall term of 8 years.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Generators

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      50532300
      II.2.3)Place of performance
      NUTS code: UKI
      NUTS code: UKJ
      Main site or place of performance:

       

      Whole of Thames Water Region.

       

      II.2.4)Description of the procurement:

       

      Supply of parts and services for the maintenance of generators.

      Covers reactive maintenance of generators across the entire Thames region. This may involve repair and/or replacement of material. A supplier will be required to be able to cover all parts of the region, often in short timescales.

       

      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: 2 500 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: yes
      Description of renewals:

       

      Between 3 — 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 4
      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Any agreement awarded would be for an initial duration of 3 years, with options to extend up to a maximum overall term of 8 years.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      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:

       

      As detailed in the PQQ Documentation.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.4)Objective rules and criteria for participation
      List and brief description of rules and criteria:

       

      As detailed in the PQQ Documentation.

       

      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:

       

      Bonds and/or parent company guarantees of performance and financial standing may be required.

       

      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

       

      Specified in the Invitation to Negotiate.

       

      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

       

      Consortia may be required to form a legal entity prior to award.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:

       

      As detailed in the ITN.

       

      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Negotiated procedure with prior call for competition
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 12
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 25/10/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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
      Duration in months: 12 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      Between 3-8 years.

       

      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      All suppliers who wish to respond to this notice must request a pre-qualification questionnaire (PQQ) by using the link in Section I.3 of this notice, i.e https://www.thameswater.co.uk/procurement

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Thames Water Utilities Limited
      Reading
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

      The Utilities Contracts Regulations 2016 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      06/10/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 10.10.2017
Zuletzt aktualisiert 10.10.2017
Wettbewerbs-ID 2-280235 Status Kostenpflichtig
Seitenaufrufe 46