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

NW1344 CCTV Equipment for Sewer Surveys.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

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

Northumbrian Water Ltd
Northumbrian Water Limited, Boldon House, Wheatlands Way, Pity Me
For the attention of: John Murray (Senior Buyer)
DH1 5FA Durham
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting entity: www.nwl.co.uk

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

Specifications and additional documents (including documents for 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)Main activity
Water
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
NW1344 CCTV Equipment for Sewer Surveys.
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: To supply goods across a number of Northumbrian Water Limited sites including Cramlington STW, Washington STW, Broken Scar WTW and Thornaby Depot.

NUTS code UKC

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 6

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT
Range: between 500 000 and 600 000 GBP
II.1.5)Short description of the contract or purchase(s):
Supply 22 push rod and 22 crawler CCTV units, associated reporting software and any required hardware for undertaking CCTV surveys of public network sewers. The solution must be capable of producing outputs to the uk WaSSc standard as laid down in the WRc Manual of Sewer Condition Classification Fifth Edition.
II.1.6)Common procurement vocabulary (CPV)

42997100

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
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:
Northumbrian Water Limited are intending to award a contract to supply 22 push rod and 22 crawler CCTV units, associated reporting software and any required hardware for undertaking CCTV surveys of public network sewers. The solution must be capable of producing outputs to the uk WaSSc standard as laid down in the WRc Manual of Sewer Condition Classification Fifth Edition.
The supplier will also provide an ongoing repair and maintenance service for this equipment and the associated software.
Suppliers will be required to loan a single push rod and crawler CCTV unit for a period of up to 2 months during the tender process to enable Northumbrian Water to trial the equipment during this period.
Delivery of the full solution will be required during a six month period between July 2014 to December 2014. The exact delivery schedule will be agreed following tender award.
Estimated value excluding VAT
Range: between 500 000 and 600 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Contract for an initial period to supply the units with maintenance and repair contract to support once purchased.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
This will be advised if invited to tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
This will be advised if invited to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Applicants must be able to offer a joint and several liability agreement under English law with designated lead entity.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
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 entity:
NW1344
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
IV.3.4)Time limit for receipt of tenders or requests to participate
20.2.2014 - 16:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)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: 10 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Applicants are asked to note that this procurement process will be managed electronically, with all documents and communication being managed through the Northumbrian Water e-Sourcing Spend Management web-site hosted by Ariba. We are just requesting expressions of interest at this stage on or before the 20.2.2014 at 16:00 pm. Further information will be issued after the deadline for expressions of interest has passed.

Applicants wishing to participate must register their interest to the Contracting Entity (via the email address ) before the deadline stated in IV.3.4 and provide the following information.

1) Full company name;
2) Main contact details who would receive the documents through the Ariba portal when issued (name, job title, e-mail address, telephone number).
3) The deadline for expressions of interest is 20.2.2013.
All applicants, whether single applicants or part of a Joint Venture/Consortium, must apply on an individual basis, with reference made to the proposed Joint Venture/Consortium partners where this applies. Dates and estimated values shown in this Contract Notice are indicative only at this stage.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.2.2014