loading
  • GB-S10 2TN Sheffield
  • 16.07.2018
  • Ausschreibung
  • (ID 2-305343)

1994/PB MandE Consultant for Translational Energy Centre (TERC)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.07.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Hochschulen, Wissenschaft und Forschung
    Art der Leistung Objektplanung Ver-/ Entsorgung / Brandschutz / Lichtplanung / Technische Ausrüstung
    Sprache Englisch
    Baukosten 100.000 GBP zzgl. USt.
    Aufgabe
    The University of Sheffield (UoS) will establish a national Translational Energy Research Centre (TERC) at the (Advanced Manufacturing Research Campus) AMRC in the Innovation District. This building engineering services consultancy services appointment involves the provision of design of mechanical and electrical building service systems The design requirements will include but is not limited to the following, Electrical Mechanical.
    Leistungsumfang
    Project Description and Objectives — The University of Sheffield (UoS) will establish a national Translational Energy Research Centre (TERC) at the (Advanced Manufacturing Research Campus) AMRC in the Innovation District. In line with both regional and national innovation priorities TERC will provide facilities to develop low carbon technologies as both individual processes and as part of integrated energy systems. This will be achieved by installing renewable energy generation, bioenergy and smart grid equipment in, and bringing an enhanced Pilot-Scale Advanced CO2-Capture Technology facility to, a bespoke building. The building will be circa 1 600 m2 with 400 m2 of covered external storage and 900 m2 of external area for equipment plis associated car parking, service yard and landscaping. Their will be circa 20-24 pieces of equipment. The approximate value of the construction works is 4 000 000 GBP for the base build plus 2 00 000 GBP for the shell enhancment for the supply and connection of services to the research equipment. Duties of M and E Consultant In the following scope of Service, the following expressions have the following meanings:
    — "Project Execution Plan" means the document that defines how Project delivery will be executed and will be in accordance with the requirements set out by the Client.
    — "Project Team" means the team comprising the Client and all of the other consultants engaged by the Client in relation to the Project. 1.0 AT all stages 1.1 Principal role 1.1.1 This building engineering services consultancy services appointment involves the provision of design of mechanical and electrical building service systems The design requirements will include but is not limited to the following, Electrical,
    — LV and HV distribution systems and installations,
    — Fire Safety Systems,
    — Emergency Lighting,
    — External and internal lighting systems,
    — Standby and emergency back-up systems,
    — Other allied building services electrical system Mechanical,
    — LTHW and MTHW hot water distributions systems and installations,
    — DHW water distributions systems and installations,
    — Cold Water Systems and Installations,
    — Chilled water systems and installations,
    — Steam distribution systems and installations,
    — Natural gas distribution systems and installations,
    — Other gas systems (i.e. Nitrogen, oxygen etc),
    — Ventilation distribution systems and installations,
    — Cooling systems and installations,
    — Fire engineering systems.
    Adresse des Bauherren UK-S10 2TN Sheffield
    TED Dokumenten-Nr. 257348-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Sheffield: Architectural, construction, engineering and inspection services

      2018/S 113-257348

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      University of Sheffield
      Level 4, Arts Tower, Western Bank
      Sheffield
      S10 2TN
      United Kingdom
      Contact person: Phil Broadhurst
      Telephone: +44 1442224204
      E-mail: MjE5XRtPX1xOUVViX2BhLWBVUlNTVlJZURtOUBtiWA==
      NUTS code: UKE32

      Internet address(es):

      Main address: www.sheffield.ac.uk

      Address of the buyer profile: https://www.in-tendhost.co.uk/sheffield/

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.in-tendhost.co.uk/sheffield/
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.in-tendhost.co.uk/sheffield/
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Education

      Section II: Object

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

      1994/PB MandE Consultant for Translational Energy Centre (TERC)

      Reference number: 1994/PB
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The University of Sheffield (UoS) will establish a national Translational Energy Research Centre (TERC) at the (Advanced Manufacturing Research Campus) AMRC in the Innovation District. This building engineering services consultancy services appointment involves the provision of design of mechanical and electrical building service systems The design requirements will include but is not limited to the following, Electrical Mechanical.

      II.1.5)Estimated total value
      Value excluding VAT: 100 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      II.2.3)Place of performance
      NUTS code: UKE32
      Main site or place of performance:

      II.2.4)Description of the procurement:

      Project Description and Objectives — The University of Sheffield (UoS) will establish a national Translational Energy Research Centre (TERC) at the (Advanced Manufacturing Research Campus) AMRC in the Innovation District. In line with both regional and national innovation priorities TERC will provide facilities to develop low carbon technologies as both individual processes and as part of integrated energy systems. This will be achieved by installing renewable energy generation, bioenergy and smart grid equipment in, and bringing an enhanced Pilot-Scale Advanced CO2-Capture Technology facility to, a bespoke building. The building will be circa 1 600 m2 with 400 m2 of covered external storage and 900 m2 of external area for equipment plis associated car parking, service yard and landscaping. Their will be circa 20-24 pieces of equipment. The approximate value of the construction works is 4 000 000 GBP for the base build plus 2 00 000 GBP for the shell enhancment for the supply and connection of services to the research equipment. Duties of M and E Consultant In the following scope of Service, the following expressions have the following meanings:

      — "Project Execution Plan" means the document that defines how Project delivery will be executed and will be in accordance with the requirements set out by the Client.

      — "Project Team" means the team comprising the Client and all of the other consultants engaged by the Client in relation to the Project. 1.0 AT all stages 1.1 Principal role 1.1.1 This building engineering services consultancy services appointment involves the provision of design of mechanical and electrical building service systems The design requirements will include but is not limited to the following, Electrical,

      — LV and HV distribution systems and installations,

      — Fire Safety Systems,

      — Emergency Lighting,

      — External and internal lighting systems,

      — Standby and emergency back-up systems,

      — Other allied building services electrical system Mechanical,

      — LTHW and MTHW hot water distributions systems and installations,

      — DHW water distributions systems and installations,

      — Cold Water Systems and Installations,

      — Chilled water systems and installations,

      — Steam distribution systems and installations,

      — Natural gas distribution systems and installations,

      — Other gas systems (i.e. Nitrogen, oxygen etc),

      — Ventilation distribution systems and installations,

      — Cooling systems and installations,

      — Fire engineering systems.

      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: 100 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 03/09/2018
      End: 04/09/2020
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      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: yes
      Identification of the project: European Regional Development Fund
      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:

      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.1.5)Information about reserved contracts
      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
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      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: 16/07/2018
      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
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      High Court
      London
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      14/06/2018
    © 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 15.06.2018
Zuletzt aktualisiert 15.06.2018
Wettbewerbs-ID 2-305343 Status Kostenpflichtig
Seitenaufrufe 42