loading
  • GB-E8 1BJ Hackney
  • 02.04.2018
  • Ausschreibung
  • (ID 2-292640)

Lightning Protection 2 Lot Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 02.04.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Bauleistung / allgemeine Beratungsleistungen / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    1.3.1 Hackney is seeking to establish 2 framework lots with qualified suppliers experienced in the delivery of inspection, testing and responsive repairs to the Councils lightning protection installations. In addition there will be works of upgrading the some current installations to include surge protection. The contract will be in place for 4 years.
    1.3.2 The framework will comprise 2 lots “North” and “South”. These lots will be single supplier.
    1.3.3 5 firms will be invited to tender under a restricted procedure.
    1.3.4 Each Lot will be single supplier and the supplier will be selected on the basis of the Most Economically Advantageous Tender (combined price and quality scores- as described below).
    1.3.5 The framework will have a life of 4 years although work awarded before the expiry of the contract may continue after expiry.
    Leistungsumfang
    All works shall be carried out in accordance with the current BS EN 63205:2006, BS 6651:1999 and BS 7671:2015 AMD3.

    The following regulations shall also apply, where relevant, for all materials supplied and all works carried out:
    1) The current British and European Standards and British Standard Code of Practice issued by the British Standards Institution. BS EN 63205 and BS 6651:1999.
    2) The Electricity Supply Regulations.
    3) The Health and Safety at Work Act 1974.
    4) The Requirements of the Local Fire Prevention Officer.
    5) The Requirements of the UKPN.
    6) The Home Office Manual of Safety.
    7) LBH Electrical Specification.
    8) The Requirements of the Council’s Insurers.
    Adresse des Bauherren UK-E8 1BJ Hackney
    TED Dokumenten-Nr. 69119-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Hackney: Technical testing, analysis and consultancy services

      2018/S 032-069119

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      London Borough of Hackney
      Christopher Addison House, 72 Wilton Way
      Hackney
      E8 1BJ
      United Kingdom
      Contact person: Mr Vincent Hunt
      Telephone: +44 7970659846
      E-mail: MjEzSVxhVlhhZyE7aGFnM1tUVl5hWGwhWmJpIWhe
      NUTS code: UKI4

      Internet address(es):

      Main address: http://www.hackney.gov.uk

      Address of the buyer profile: http://www.hackney.gov.uk

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Advert/Index?advertId=ded1bb61-be10-e811-80ea-005056b64545
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Advert/Index?advertId=ded1bb61-be10-e811-80ea-005056b64545
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

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

       

      Lightning Protection 2 Lot Framework

       

      Reference number: DN323554
      II.1.2)Main CPV code
      71600000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      1.3.1 Hackney is seeking to establish 2 framework lots with qualified suppliers experienced in the delivery of inspection, testing and responsive repairs to the Councils lightning protection installations. In addition there will be works of upgrading the some current installations to include surge protection. The contract will be in place for 4 years.

      1.3.2 The framework will comprise 2 lots “North” and “South”. These lots will be single supplier.

      1.3.3 5 firms will be invited to tender under a restricted procedure.

      1.3.4 Each Lot will be single supplier and the supplier will be selected on the basis of the Most Economically Advantageous Tender (combined price and quality scores- as described below).

      1.3.5 The framework will have a life of 4 years although work awarded before the expiry of the contract may continue after expiry.

       

      II.1.5)Estimated total value
      Value excluding VAT: 12 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Lightning Protection Hackney North

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      31200000
      45312310
      71315200
      II.2.3)Place of performance
      NUTS code: UKI4
      II.2.4)Description of the procurement:

       

      All works shall be carried out in accordance with the current BS EN 63205:2006, BS 6651:1999 and BS 7671:2015 AMD3.

       

      The following regulations shall also apply, where relevant, for all materials supplied and all works carried out:

      1) The current British and European Standards and British Standard Code of Practice issued by the British Standards Institution. BS EN 63205 and BS 6651:1999

      2) The Electricity Supply Regulations.

      3) The Health and Safety at Work Act 1974.

      4) The Requirements of the Local Fire Prevention Officer.

      5) The Requirements of the UKPN.

      6) The Home Office Manual of Safety.

      7) LBH Electrical Specification.

      8) The Requirements of the Council’s Insurers.

       

      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: 6 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      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: no
      II.2.11)Information about options
      Options: no
      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:

       

      Lightning Protection Hackney South

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      31210000
      45310000
      71315200
      II.2.3)Place of performance
      NUTS code: UKI4
      II.2.4)Description of the procurement:

       

      All works shall be carried out in accordance with the current BS EN 63205:2006, BS 6651:1999 and BS 7671:2015 AMD3.

       

      The following regulations shall also apply, where relevant, for all materials supplied and all works carried out:

      1) The current British and European Standards and British Standard Code of Practice issued by the British Standards Institution. BS EN 63205 and BS 6651:1999.

      2) The Electricity Supply Regulations.

      3) The Health and Safety at Work Act 1974.

      4) The Requirements of the Local Fire Prevention Officer.

      5) The Requirements of the UKPN.

      6) The Home Office Manual of Safety.

      7) LBH Electrical Specification.

      8) The Requirements of the Council’s Insurers.

       

      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: 6 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      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: no
      II.2.11)Information about options
      Options: no
      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
      III.1.2)Economic and financial standing
      III.1.3)Technical and professional ability
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:
      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
      Restricted procedure
      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 a single operator
      In the case of framework agreements, provide justification for any duration exceeding 4 years: Not applicable
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      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: yes
      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: 02/04/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 30/04/2018
      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
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      High Courts in the UK as appropriate
      London and major urban centres
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      13/02/2018
    © 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 15.02.2018
Zuletzt aktualisiert 15.02.2018
Wettbewerbs-ID 2-292640 Status Kostenpflichtig
Seitenaufrufe 42