Contract S1113 provision of equipment inspection services.

Contract notice - utilities

Services

Directive 2004/17/EC

Section I: Contracting entity

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

Northern Ireland Electricity Ltd.
Pennybridge Industrial Estate
For the attention of: Gillian Wasson
BT42 3HB Ballymena
UNITED KINGDOM
Telephone: +44 2825661860
E-mail:

Internet address(es):

General address of the contracting entity: www.nie.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
Electricity
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:
Contract S1113 provision of equipment inspection services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Northern Ireland.

NUTS code UKN0

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 Client (Northern Ireland Electricity hereafter NIE) requires an organisation to act as its Appointed Inspectors (hereafter referred to as AI) to ensure that all equipment is inspected in accordance with:
1. Lifting operations and lifting equipment regulations (NI) 1999 (LOLER);
2. Provision and use of work equipment regulations (Northern Ireland) 1999 (PUWER) and
3. NIE internal policies and procedures.
The service shall include compliance to Control of Substances Hazardous to Health Regulations (Northern Ireland) 2003 (CSHHR), for exhaust ventilation systems and include compliance with the Pressure Systems Safety Regulations (Northern Ireland) 2004 (PSSR) for some NIE substation air receivers including the provision of a Written Scheme of Examination as required by the legislation.
Further information related to the quantity or scope is detailed in S1113 Tender Document available from the Contracting Entity on request.
II.1.6)Common procurement vocabulary (CPV)

71630000

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: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Further information related to the quantity or scope is detailed in S1113 Tender Document available from the Contracting Entity on request.
This is a framework contract for a period of 3 years, with an option, entirely at the discretion of NIE, to extend the contract by up to a further 2 years. The quantity of work shall be as instructed by NIE and NIE cannot guarantee the quantity of work to be instructed under this framework nor can it guarantee the continuity of work.
Where estimated values are stated, they shall be regarded only as an estimate to tenderers and shall not be binding on NIE nor deemed to be a condition of contract or a guarantee of minimum demand or uptake. No compensation will be payable to a Contractor should the actual demand be less than that stated.
Estimated value excluding VAT
Range: between 750 000,00 and 900 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: This is a framework contract for a period of 3 years, with an option, entirely at the discretion of NIE, to extend the contract by up to a further 2 years.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals:
Range: between 1 and 2
In the case of renewable contracts, estimated time-frame for subsequent calls for competition:
in months: 52 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (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:
In accordance with the terms and conditions of contract as detailed within S1113 tender document, which is available from the contracting entity on request.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
In accordance with the terms and conditions of contract as detailed in S1113 tender document available from the Contracting Entity on request.
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:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Applicants must provide the information requested within S1113 tender document. Failure to submit the tender as instructed within S1113 tender document or failure to provide all of the requested information may result in exclusion from the process.
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: Applicants must provide the information requested in S1113 tender documents or as otherwise requested. The tender document is available from the Contracting Entity on request.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants must provide the information requested in S1113 tender documents or as otherwise requested. The tender document is available from the Contracting Entity on request.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Applicants must provide the information requested in S1113 tender document or as otherwise requested. The tender document is available from the Contracting Entity on request.
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
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

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:
Contract S1113 Provision of Equipment Inspection Services
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: 28.5.2012 - 10:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.5.2012 - 10:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.7)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 52 months
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:
This notice is a request for suitable companies to participate in the tendering procedure for Contract S1113 equipment inspection services.
Interested companies will be required to participate in a selection and award procedure that will entail the completion of a Tender Document (obtained by applying, by e-mail, to person named in Section I.1 of this notice).
The selection and award procedure may also include the issue by the Contracting Entity of a request for additional information.
Only those companies who submit a completed tender response by the deadline for receipt of participation requests (Ref. Section iv.3.4 of this notice) and respond promptly to any request for additional information may be considered eligible to participate further in the procedure.
The Contracting Entity shall not be held responsible for the payment of any costs or expenses, whatsoever or howsoever incurred, by a company in registering their interest or otherwise participating in this procedure or in the preparation and submission of a tender or otherwise participating in the tender procedure.
The Contracting Entity reserves the right to alter or terminate this procurement at any time.
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:
11.4.2012