C554 - compressors and blowers framework contract.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

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

Northern Ireland Water
Westland House, Old Westland Road
Contact point(s): Michael McCarter
For the attention of: Lewis Murray
BT14 6TE Belfast
UNITED KINGDOM
Telephone: +44 8457440088
E-mail:

Internet address(es):

General address of the contracting entity: www.niwater.com

Address of the buyer profile: www.e-sourcingni.bravosolution.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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
C554 - compressors and blowers framework contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services

NUTS code UKN

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):
The contract is split into 2 lots. These being:
Lot 1 - the supply, delivery, installation, specialist maintenance/repair on and off site and design services for compressors and blowers.
Lot 2 - scheduled and reactive maintenance including maintenance/repair on and off site and design services for compressors and blowers.
II.1.6)Common procurement vocabulary (CPV)

42123000, 51134000, 50531300

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more 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 950 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Possible extension of contract by 36 months - 24 months and further 12 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Lot 1 - the supply, delivery, installation, specialist maintenance/repair on and off site and design services for compressors and blowers
1)Short description:
Lot 1 - the supply, delivery, installation, specialist maintenance/repair on and off site and design services for the brands of compressors and blowers listed below.
- ABS,
- Aerzen,
- Atlas Copco,
- Howden,
- Monsol,
- Ingersoll Rand,
- Reischle Bora,
- Gardner Denver,
- Siemens Turbo machinery/ HV Turbo,
- Dresser,
- Compair,
- HPC,
- Boge,
- Robuschi.
2)Common procurement vocabulary (CPV)

42123000, 51134000, 50531300

Lot No: 2 Lot title: Lot 2 - scheduled and reactive maintenance including maintenance/repair on and off site and design services for the brands of compressors and blowers listed below.
1)Short description:
Lot 2 - scheduled and reactive maintenance including maintenance/repair on and off site and design services for the brands of compressors and blowers listed below.
- Aerzen,
- Atlas Copco,
- Howden,
- Monsol,
- Ingersoll Rand,
- Reischle Bora,
- Gardner Denver,
- Dresser,
- Compair,
- HPC,
- Boge,
- Robuschi.
2)Common procurement vocabulary (CPV)

50531300

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
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: Requirements regarding the evaluation of this tender competition are set out in the invitation to tender documents which are available through the eSourcing NI web site following supplier registration.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Requirements regarding the evaluation of this tender competition are set out in the invitation to tender documents which are available through the eSourcing NI web site following supplier registration.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Requirements regarding the evaluation of this tender competition are set out in the invitation to tender documents which are available through the eSourcing NI web site following supplier registration.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
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
Open
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:
C554
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
26.4.2012 - 12:00
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
until: 31.12.2012
IV.3.7)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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:
Northern Ireland Water expressly reserves the rights:
(I) Not to award any contract as a result of the procurement process commenced by publication of this notice;
(II) To make whatever changes it may see fit to the content and structure of the tendering competition;
(III) To award (a) contract(s) in respect of any part(s) of the services covered by this notice; and
(IV) To award contract(s) in stages and in no circumstances will Northern Ireland Water be liable for any costs incurred by candidates.
Northern Ireland Water will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.
Applicants who are unsuccessful shall be informed by Northern Ireland Water as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful.
If an appeal regarding the award of the contract has not been successfully resolved, the Utilities Contracts Regulations 2006 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must generally be brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where Northern Ireland Water has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order Northern Ireland Water to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order Northern Ireland Water to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into NI Water will not provide face to face debriefing following notification of the outcome of the tender competition. Written debriefing will be provided.
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:
16.3.2012