loading
  • GB-RG2 0BY Reading
  • 08.03.2018
  • Ausschreibung
  • (ID 2-292744)

Electrical Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 08.03.2018, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / Technische Ausrüstung / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    Lot 1: Electrical installation (LV) inspection & testing, includes corrective maintenance. Includes electrical installation condition report inspections to BS7671 (requirements for electrical installations) & corrective maintenance when required. LV distribution boards & associated/connected assets covered, PAT is excluded. This lot is split into 5 regions: Central North, East, North, Thames Valley & Central South;
    Lot 2: Inspection & testing of FLIP devices, including domestic premises.Includes electrical installation condition report inspections to BS7671(requirements for electrical installations) & corrective maintenance as required. Arranging appointments with domestic customers/householders to gain access to, inspect and maintain FLIP devices;
    Lot 3: Inspection and testing of lightning protection systems and earth mats. Includes all routine inspections & periodic tests with BSEN 62305 : 2011 (protection against lightning) and BS 7430 : 1998 code of practice for Earthing.
    Leistungsumfang
    FA1355/3 Inspection and testing of lightning protection systems and earth mats.
    Scope includes all routine inspections and periodic tests with BSEN 62305 : 2011 (protection against lightning) and BS 7430 : 1998 code of practice for Earthing.
    A Thames Water scheduled programme of annual inspection works will be undertaken. Circa 150 Thames Water sites have LP systems, some with multiple systems, from single vertical conductors to more complex air termination networks.
    Adresse des Bauherren UK-RG2 0BY Reading
    TED Dokumenten-Nr. 72730-2018

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Reading: Electrical services

      2018/S 033-072730

      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: 
      MjE3X2FeUmRhVFxUXWMdYmRfX15hYx1SVF1jYVQvY1dQXFRiZlBjVGEdUl4dZFo=
      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:

       

      Electrical Services

       

      Reference number: FA1355
      II.1.2)Main CPV code
      71314100
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Lot 1: Electrical installation (LV) inspection & testing, includes corrective maintenance. Includes electrical installation condition report inspections to BS7671 (requirements for electrical installations) & corrective maintenance when required. LV distribution boards & associated/connected assets covered, PAT is excluded. This lot is split into 5 regions: Central North, East, North, Thames Valley & Central South;

      Lot 2: Inspection & testing of FLIP devices, including domestic premises.Includes electrical installation condition report inspections to BS7671(requirements for electrical installations) & corrective maintenance as required. Arranging appointments with domestic customers/householders to gain access to, inspect and maintain FLIP devices;

      Lot 3: Inspection and testing of lightning protection systems and earth mats. Includes all routine inspections & periodic tests with BSEN 62305 : 2011 (protection against lightning) and BS 7430 : 1998 code of practice for Earthing.

       

      II.1.5)Estimated total value
      Value excluding VAT: 14 700 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      Maximum number of lots that may be awarded to one tenderer: 3
      II.2)Description
      II.2.1)Title:

       

      Fixed Electrical Testing and Inspection

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      45311000
      71630000
      II.2.3)Place of performance
      NUTS code: UKJ
      NUTS code: UKI
      Main site or place of performance:

       

      Whole of Thames Water Region.

       

      II.2.4)Description of the procurement:

       

      FA1355/1 Electrical installation (LV) inspection and testing, including corrective maintenance. The scope includes electrical installation condition report inspections to BS7671(requirements for electrical installations) as well as corrective maintenance when required. LV distribution boards and associated/connected assets will be covered, portable appliance testing is excluded.

      Our service requirements will extend beyond typical statutory inspection and testing and will include the need for our service provider(s) to deliver detailed reporting on the condition of our electrical installations so that we can plan and prioritise replacements and upgrades.

      This lot is split into 5 regions: Central North, East, North, Thames Valley and Central South.

      A list of post codes within each of the regions will be provided as an indicative reference only. The sites listed within each region maybe subject to review and realignment during the term of the agreement.

      A Thames Water scheduled programme of periodic inspection work will be undertaken. This will cover up to 5,000 sites ranging from small water and waste water pumping stations up to and including major treatment works.

       

      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: 12 500 000.00 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:

       

      Thames Water envisages that the agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 8 years.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 10
      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      Thames Water envisages that the agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration 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:

       

      Inspection and testing of FLIP Devices

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      45311000
      71630000
      II.2.3)Place of performance
      NUTS code: UKJ
      NUTS code: UKI
      Main site or place of performance:

       

      Whole of Thames Water Region.

       

      II.2.4)Description of the procurement:

       

      FA1355/2 Inspection and testing of anti-flood (FLIP) devices on Thames Water sites and in domestic premises. Scope includes electrical installation condition report inspections to BS7671 (requirements for electrical installations) as well as corrective maintenance when required. Where required, the service provider(s) will be responsible for arranging appointments with domestic customers and dealing with householders in order to gain access to, inspect and maintain anti-flood (FLIP) devices. A Thames Water scheduled programme of periodic inspection work will be undertaken. Up to 5,000 sites may be covered (including domestic properties).

       

      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: 1 000 000.00 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:

       

      Thames Water envisages that the agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 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:

       

      Thames Water envisages that the agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration 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:

       

      Inspection and Testing of Lightning Protection Systems and Earth Mats

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      31216100
      II.2.3)Place of performance
      NUTS code: UKJ
      NUTS code: UKI
      Main site or place of performance:

       

      Whole of Thames Water Region.

       

      II.2.4)Description of the procurement:

       

      FA1355/3 Inspection and testing of lightning protection systems and earth mats.

      Scope includes all routine inspections and periodic tests with BSEN 62305 : 2011 (protection against lightning) and BS 7430 : 1998 code of practice for Earthing.

      A Thames Water scheduled programme of annual inspection works will be undertaken. Circa 150 Thames Water sites have LP systems, some with multiple systems, from single vertical conductors to more complex air termination networks.

       

      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: 1 200 000.00 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:

       

      Thames Water envisages that the agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration of 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:

       

      Thames Water envisages that the agreement will be awarded for an initial term of 3 years with options to extend up to a maximum duration 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.

       

      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:
      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: 5
      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: 08/03/2018
      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: 6 (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:
      15/02/2018
    © 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 16.02.2018
Zuletzt aktualisiert 16.02.2018
Wettbewerbs-ID 2-292744 Status Kostenpflichtig
Seitenaufrufe 40