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

LVRT Tender Project 381.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

National Renewable Energy Centre Limited ("Narec")
National Renewable Energy Centre, Offshore House, Albert Street, NE24 1LZ
For the attention of: Margaret Lewis
NE24 3AG Blyth
UNITED KINGDOM
Telephone: +44 1670543029
E-mail:
Fax: +44 1670543098

Internet address(es):

General address of the contracting authority: www.narec.co.uk

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

Specifications and additional documents (including documents for competitive dialogue and 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)Type of the contracting authority
Body governed by public law
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
LVRT Tender Project 381.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance: Blyth, Northumberland NE24 1LZ.

NUTS code UKC21

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Narec is procuring a Mobile LVRT Test System to operate with its drive train test rigs, and also to testing for generation installed in the field.
The drive train test rigs utiise an 11 kV electricity supply to power a mechanical drive system that is coupled to the device under test (DUT), as shown in figure 1 below. The power generated by the DUT is then recirculated through the 11 kV supply board.
The DUT could be rated up to 10 MW electrical output on the 15 MW test rig, with the lower test requirement boundary being a generator rated to 1MW electrical output on the 3MW test rig.
Estimated start of contract April 2013.
II.1.6)Common procurement vocabulary (CPV)

31600000, 31161900, 31121110, 31200000, 31213000, 71323100, 31682300, 31682540, 31100000, 71314100, 09310000, 38540000, 45214610, 45232221, 38800000, 38810000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 500 000 and 1 000 000 GBP
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
Duration in months: 12 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Deposits and guarantees maybe required and if applicable a Parent Company Guarantee.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment will be made in accordance with the Form of Contract adopted incorporating amendments.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per procurement documents.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As per procurement documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As per PQQ documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per PQQ documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per PQQ documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 2: and maximum number 5
Objective criteria for choosing the limited number of candidates: As per PQQ documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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 authority:
LVRT Project 381
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 7.2.2013 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate
8.2.2013 - 16:30
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will incorporate a minimum of 10 calender day standstill period at the pont of information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Authority before the contract is entered into. Applicants have two working days from the notification of the ward decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. such additional information should be requested from the Authority. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (as amended) provide aggreived parties who have been harmed or are at risk of harm by a breach of teh rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order
the setting aside of the award decision or order the authority to amend any document and may award damages.
If the contract has been enetered into the Court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.1.2013