OJEU Finder: Report on contract leads



Report Dated: 07-06-2012

OJEU Finder

Index / Links

Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index links below. This will take you directly to the matching document.

|Entry |Title |Deadline |Type |Authority |

|168020-2012 |UK-Belfast: containers for waste material|06/07/2012 |Invitation to tender|PROCUREMENT AND LOGISTICS |

| | | | |SERVICE |

|167673-2012 |UK-Birmingham: construction work |27/06/2012 |Invitation to tender|UNIVERSITY OF BIRMINGHAM |

|167819-2012 |UK-Cambridge: building construction work |27/06/2012 |Invitation to tender|THE CHANCELLOR, MASTERS AND|

| | | | |SCHOLARS OF THE UNIVERSITY |

| | | | |OF CAMBRIDGE |

|168790-2012 |UK-Derry: refuse and waste related |24/07/2012 |Invitation to tender|MEANS ONE OF OR ALL OF THE |

| |services | | |FOLLOWING COUNCILS; |

| | | | |BALLYMONEY BOROUGH COUNCIL;|

| | | | |COLERAINE BOROUGH COUNCIL; |

| | | | |DERRY CITY COUNCIL; |

| | | | |LIMAVADY BOROUGH COUNCIL; |

| | | | |MAGHERAFELT DISTRICT |

| | | | |COUNCIL; MOYLE DISTRICT |

| | | | |COUNCIL; AND STRABANE |

| | | | |DISTRICT COUNCIL WHICH MAKE|

| | | | |UP THE NORTH WEST REGION |

| | | | |WASTE MANAGEMENT GROUP |

|168791-2012 |UK-Derry: refuse and waste related |24/07/2012 |Invitation to tender|MEANS ONE OF OR ALL OF THE |

| |services | | |FOLLOWING COUNCILS; |

| | | | |BALLYMONEY BOROUGH COUNCIL;|

| | | | |COLERAINE BOROUGH COUNCIL; |

| | | | |DERRY CITY COUNCIL; |

| | | | |LIMAVADY BOROUGH COUNCIL; |

| | | | |MOYLE DISTRICT COUNCIL; AND|

| | | | |STRABANE DISTRICT COUNCIL |

| | | | |WHICH MAKE UP THE NORTH |

| | | | |WEST REGION WASTE |

| | | | |MANAGEMENT GROUP |

|172857-2012 |UK-Exeter: sewage, refuse, cleaning and |29/06/2012 |Invitation to tender|DEVON COUNTY COUNCIL |

| |environmental services | | | |

|168618-2012 |UK-Leeds: lifts |26/06/2012 |Invitation to tender|PROCUREMENT FOR ALL LTD |

|168159-2012 |UK-Liverpool: emulation software package |07/05/2013 |Invitation to tender|GOVERNMENT PROCUREMENT |

| | | | |SERVICE |

|170739-2012 |UK-London: sewage, refuse, cleaning and |13/07/2012 |Invitation to tender|LONDON SCHOOL OF ECONOMICS |

| |environmental services | | |& POLITICAL SCIENCE |

|168903-2012 |UK-Luton: sewage, refuse, cleaning and |02/07/2012 |Invitation to tender|UNIVERSITY OF BEDFORDSHIRE |

| |environmental services | | | |

|168651-2012 |UK-Newport: sewage, refuse, cleaning and |09/07/2012 |Invitation to tender|JOINT PROCUREMENT UNIT |

| |environmental services | | | |

|168797-2012 |UK-Preston: refuse and waste related |10/07/2012 |Invitation to tender|LANCASHIRE COUNTY COUNCIL |

| |services | | | |

|172205-2012 Part|UK-Sandbach: construction work |09/07/2012 |Invitation to tender|CHESHIRE EAST BOROUGH |

|1 of 2 | | | |COUNCIL |

|172205-2012 Part|UK-Sandbach: construction work |09/07/2012 |Invitation to tender|CHESHIRE EAST BOROUGH |

|2 of 2 | | | |COUNCIL |

|168515-2012 |UK-Stoke-on-Trent: slag, dross, ferrous |16/07/2012 |Invitation to tender|STOKE-ON-TRENT CITY COUNCIL|

| |waste and scrap | | | |

|172745-2012 |UK-Theale: clinical-waste disposal |29/06/2012 |Invitation to tender|BERKSHIRE HEALTHCARE NHS |

| |services | | |FOUNDATION TRUST |

|173738-2012 |UK-Welwyn Garden City: refuse recycling |16/07/2012 |Invitation to tender|WELWYN HATFIELD BOROUGH |

| |services | | |COUNCIL |

|173953-2012 |UK-West Malling: refuse recycling |13/07/2012 |Invitation to tender|TONBRIDGE & MALLING BOROUGH|

| |services | | |COUNCIL |

|168463-2012 |IRL-Dublin: refuse and waste related |06/07/2012 |Invitation to tender|DEFENCE FORCES IRELAND |

| |services | | | |

|172717-2012 |IRL-Johnstown: architectural, |28/06/2012 |Invitation to tender|ENVIRONMENTAL PROTECTION |

| |construction, engineering and inspection | | |AGENCY |

| |services | | | |

|170172-2012 |UK-Bedford: refuse recycling services | |Contract award |BEDFORD BOROUGH COUNCIL |

|172123-2012 |UK-Bradford: conveyors | |Contract award |YORKSHIRE WATER SERVICES |

| | | | |LIMITED |

|172124-2012 |UK-Bradford: conveyors | |Contract award |YORKSHIRE WATER SERVICES |

| | | | |LIMITED |

|167503-2012 |UK-Bristol: facilities management | |Contract award |BRISTOL PRIMARY CARE TRUST |

| |services | | | |

|170112-2012 |UK-Crewe: refuse and waste related | |Contract award |CHESHIRE EAST BOROUGH |

| |services | | |COUNCIL |

|170246-2012 |UK-Gateshead: refuse and waste related | |Contract award |BOROUGH COUNCIL OF |

| |services | | |GATESHEAD |

|173535-2012 |UK-Glasgow: refuse and waste related | |Contract award |FIRST SCOTRAIL LIMITED |

| |services | | | |

|170328-2012 |UK-King's Lynn: refuse and waste related | |Contract award |BOROUGH COUNCIL OF KING'S |

| |services | | |LYNN & WEST NORFOLK |

|169909-2012 |UK-Nottingham: refuse and waste related | |Contract award |NOTTINGHAM TRENT UNIVERSITY|

| |services | | | |

|168391-2012 |UK-Chelmsford: sewage, refuse, cleaning | |Prior Information |ESSEX COUNTY COUNCIL |

| |and environmental services | |Notice (Forecast) | |

|172643-2012 |UK-Durham: sewage, refuse, cleaning and | |Prior Information |DURHAM COUNTY COUNCIL |

| |environmental services | |Notice (Forecast) | |

|166875-2012 |UK-Antrim: paper collecting services |09/03/2012 |Additional |PROCUREMENT AND LOGISTICS |

| | | |information (IC = AA|SERVICE |

| | | |changes and | |

| | | |cancellations) | |

|171144-2012 |UK-Southall: accommodation, building and |07/10/2011 |Additional |WEST LONDON MENTAL HEALTH |

| |window cleaning services | |information (IC = AA|NHS TRUST |

| | | |changes and | |

| | | |cancellations) | |

|168958-2012 Part|UK-Glasgow: agricultural, farming, | |Qualification system|SCOTTISH POWER PLC |

|1 of 2 |fishing, forestry and related products | |with call for | |

| | | |competition | |

|168958-2012 Part|UK-Glasgow: agricultural, farming, | |Qualification system|SCOTTISH POWER PLC |

|2 of 2 |fishing, forestry and related products | |with call for | |

| | | |competition | |

|168959-2012 Part|UK-Glasgow: construction work | |Qualification system|SCOTTISH POWER PLC |

|1 of 2 | | |with call for | |

| | | |competition | |

|168959-2012 Part|UK-Glasgow: construction work | |Qualification system|SCOTTISH POWER PLC |

|2 of 2 | | |with call for | |

| | | |competition | |

|168957-2012 Part|UK-Glasgow: repair and maintenance | |Qualification system|SCOTTISH POWER PLC. |

|1 of 2 |services | |with call for | |

| | | |competition | |

|168957-2012 Part|UK-Glasgow: repair and maintenance | |Qualification system|SCOTTISH POWER PLC. |

|2 of 2 |services | |with call for | |

| | | |competition | |

|168962-2012 Part|UK-Warwick: agricultural, farming, | |Qualification system|NATIONAL GRID PLC |

|1 of 2 |fishing, forestry and related products | |with call for | |

| | | |competition | |

|168962-2012 Part|UK-Warwick: agricultural, farming, | |Qualification system|NATIONAL GRID PLC |

|2 of 2 |fishing, forestry and related products | |with call for | |

| | | |competition | |

|168961-2012 Part|UK-Warwick: construction work | |Qualification system|NATIONAL GRID PLC. |

|1 of 2 | | |with call for | |

| | | |competition | |

|168961-2012 Part|UK-Warwick: construction work | |Qualification system|NATIONAL GRID PLC. |

|2 of 2 | | |with call for | |

| | | |competition | |

|168960-2012 Part|UK-Warwick: repair and maintenance | |Qualification system|NATIONAL GRID PLC |

|1 of 2 |services | |with call for | |

| | | |competition | |

|168960-2012 Part|UK-Warwick: repair and maintenance | |Qualification system|NATIONAL GRID PLC |

|2 of 2 |services | |with call for | |

| | | |competition | |

TITLE: UK-Belfast: containers for waste material

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168020-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE: 06/07/2012

DEADLINE: 06/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 2 - Supply contract

PROCEDURE: 1 - Open procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 6 - Body governed by public law

TYPE OF BID: Z - Not specified

CRITERIA: 1 - Lowest price

CPV CODE(S):

44613800

Containers for waste material

AGENCY: PROCUREMENT AND LOGISTICS SERVICE

COUNTRY: GB. LANGUAGE: EN

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Procurement and Logistics Service

77 Boucher Cres

For the attention of: Zoe Vennard

BT12 6HU Belfast

UNITED KINGDOM

Telephone: +44 2890553475

E-mail: zoe.vennard@

Internet address(es):

General address of the contracting authority: hscbusiness.

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

Health

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:

Supply of Disposable Boxes (Removal of Broken Crockery, Glass & Aerosols).

II.1.2) Type of contract and location of works, place of delivery or of

performance

Supplies

Purchase

Main site or location of works, place of delivery or of performance:

Northern Ireland.

NUTS code UKN

II.1.5) Short description of the contract or purchase(s)

Supply of Disposable Boxes (Removal of Broken Crockery, Glass & Aerosols).

II.1.6) Common procurement vocabulary (CPV)

44613800

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

Supply of Disposable Boxes for the removal of Broken Crockery, Glass and

Aerosols. Period of contract is 3 years with the option to extend for any

period up to and including a further 24 months. The estimated value over 5

years is 287 500 GBP.

Estimated value excluding VAT: 287 500 GBP

II.3) Duration of the contract or time limit for completion

Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

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 Tender documents.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: As per Tender documents.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

As per Tender documents.

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

IV.2) Award criteria

IV.2.1) Award criteria

Lowest price

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:

9163

IV.3.2) Previous publication(s) concerning the same contract

no

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: 6.7.2012 - 15:00

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

6.7.2012 - 15:00

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

in days: 120 (from the date stated for receipt of tender)

IV.3.8) Conditions for opening tenders

Date: 6.7.2012 - 15:05

Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

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

Suppliers Instructions How to Express Interest in this Tender: 1. Register

your company on the eSourcing portal (this is only required once):

and click the link to register -

Accept the terms and conditions and click ‘continue’ - Enter your correct

business and user details - Note the username you chose and click ‘Save’

when complete - You will shortly receive an email with your unique

password (please keep this secure) 2. Express an Interest in the tender -

Login to the portal with the username/password - Click the ‘PQQs / ITTs

Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires

or Invitations to Tender open to any registered supplier) - Click on the

relevant PQQ/ ITT to access the content. - Click the ‘Express Interest’

button at the top of the page. - This will move the PQQ /ITT into your ‘My

PQQs/ My ITTs’ page. (This is a secure area reserved for your projects

only) - You can now access any attachments by clicking ‘Buyer Attachments’

in the ‘PQQ/ ITT Details’ box 3. Responding to the tender - Click ‘My

Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or

to ‘Decline to Respond’ (please give a reason if declining) - You can now

use the ‘Messages’ function to communicate with the buyer and seek any

clarification - Note the deadline for completion, then follow the onscreen

instructions to complete the PQQ/ ITT - There may be a mixture of online &

offline actions for you to perform (there is detailed online help

available) You must then submit your reply using the ‘Submit Response’

button at the top of the page. If you require any further assistance

please consult the online help, or contact the eTendering help desk.

VI.4) Procedures for appeal

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: BSO will

incorporate a standstill period at the point information on the award of

the contract is communicated to tenderers. That notification will provide

full information on the award decision. The standstill period, which will

be for a minimum of 10 calendar days, provides time for unsuccessful

tenderers to challenge the award decision before the contract is entered

into.

The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved

parties who have been harmed or are at risk of harm by a breach of the

rules to take action in the High Court (England, Wales and Northern

Ireland).

VI.5) Date of dispatch of this notice:

24.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Birmingham: construction work

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 167673-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE: 27/06/2012

DEADLINE: 27/06/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 1 - Public works contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 6 - Body governed by public law

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

45000000, 45210000, 45212000

Construction work, Building construction work, Construction work for buildings relating to leisure, sports, culture,, lodging and restaurants

AGENCY: UNIVERSITY OF BIRMINGHAM

COUNTRY: GB. LANGUAGE: EN

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

University of Birmingham

Procurement Division, Aston Webb 'B' Block, Edgbaston

Contact point(s):

For the attention of: Matt Home

B15 2TT Birmingham

UNITED KINGDOM

Telephone: +44 1214143648

E-mail: M.Home@bham.ac.uk

Fax: +44 1214143499

Internet address(es):

General address of the contracting authority:



Address of the buyer profile:



Electronic access to information:



Electronic submission of tenders and requests to participate:



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

Education

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:

New Indoor Sports Facility (Main Contractor).

II.1.2) Type of contract and location of works, place of delivery or of

performance

Works

Design and execution

NUTS code UKG31

II.1.3) Information about a public contract, a framework agreement or a

dynamic purchasing system (DPS)

The notice involves a public contract

II.1.5) Short description of the contract or purchase(s)

The University of Birmingham is proposing to develop a Brownfield site

located at the South East corner of the Edgbaston Campus to include a new

Indoor Sports Facility and associated landscaping and car parking.

The site currently accommodates a surface car park (former multi-storey

car park) and public house (The Gun Barrels). In total, the site extends

to approximately 2.00 hectares. The site is adjacent to a Conservation

Area on the east boundary, and close to the Grade II listed University

House and South Gate (including lodge). The Guild to the north, whilst not

listed, is an attractive historic building.

The northern boundary of the site roughly aligns the lower ground floor of

the Student Guild which is approximately 5,5m below the Great Hall and

Quadrant Range, a dramatic change in level from the north to the south of

the site results in the ground level of the University car park

approximately being 10m below the lowest storey of the Guild to the north.

There is a further step of approximately 3m down from the car park to the

rear of the Gun Barrels public house car park.

Currently, significant changes in level impede disabled access across the

site, from north to south, whilst pedestrian movement is permitted via a

network of existing steep paths and stairs. This contributes to a feeling

that the site is remote from the heart of the campus.

The University of Birmingham Sports facility will signpost the campus to

the local community through high quality architecture, providing new

physical routes into the campus and a strong social connection through

employment, participation and access to high class events.

In addition to delivering a new Indoor Sports Facility, the University

requires, existing site car parking to be integrated into the design with

the provision of 270 car parking spaces, provision for 70 secure cycle

parking bays, the development to achieve an EPC rating of A and requires

the building to be of suitably high architectural merit commensurate with

the estate heritage and highly prominent corner site.

II.1.6) Common procurement vocabulary (CPV)

45000000, 45210000, 45212000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) 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.2.2) 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: 24 (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:

Performance Bond/Parent Company Guarantee.

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

Payment of Invoices will be 30 days from Date of Invoice.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

Limited Company, joint and several liability.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes

Description of 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: As set out in the Pre Qualification Questionnaire and Instruction

to Tenderers.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: As set out in the Pre Qualification Questionnaire and Instruction

to Tenderers.

Minimum level(s) of standards possibly required: Insurances (Appraisal

Questionnaire Section B).

The Contractor must provide evidence (in the form of a valid Certificate)

of the following minimum levels of current insurance indemnity cover.

Professional/Indemnity Insurance in the sum of ten million pounds (10 000

000 GBP) for any one occurrence.

Public Liability Insurance in the sum of ten million pounds (10 000 000

GBP) for any one occurrence.

Product Liability Insurance in the sum of ten million pounds (10 000 000

GBP) for any one occurrence.

The Contractor will be deemed, by means of responding to the Invitation to

Tender, to have provided an understanding to maintain insurance indemnity

cover to at least the minimum levels set out above.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

As set out in the Pre Qualification Questionnaire and Instruction to

Tenderers.

Minimum level(s) of standards possibly required:

Equality (Appraisal Questionnaire Section C).

Tenderers must be able to confirm that it is a policy to the organisation

as an employer to comply with its statutory obligations under the equality

act 2010.

Freedom of Information Act (Appraisal Questionnaire Section D).

Tenderers will be required to provide an understanding in respect of

confidentiality and commitment to co-operate and provide all assistance

requested and required by the University in order that the University is

able to comply with and fulfil its statutory obligations under the Freedom

of Information Act 2000.

Bribery Act 2010 (Appraisal Questionnaire Section D).

Tenderers will be required confirm that they will observe and comply with

their statutory obligations under the Bribery Act 2010.

Contractors Health and Safety Scheme Accreditation (Appraisal

Questionnaire Section F).

It is University policy that Professional Construction consultants and

Contractors operating on the University Site shall be registered with or

accredited by CHAS or SSIP Forum Membership as Designer (the Contractors

Health and Safety Scheme .uk).

Tenderers must provide evidence (in the form of a valid Certificate) of

current.

CHAS registration and accreditation or SSIP Forum Membership and

accreditation.

Health & Safety (Appraisal Questionnaire Section F).

Tenderers must confirm that none of the following incidents have occurred

over the last 3 years within the Office (as answered in question A9 of C3a

Contractors Appraisal Questionnaire Part 1.docx) or that of the

sub-contractors proposed in their tender return.

Prosecutions.

HSE Prohibition Notices.

Contract Compliance.

Tenderers must submit as part of the Contractor Appraisal Questionnaire

Part One a full list of any amendments to contract documents they may wish

to propose.

Any proposals to amend any contract documents that have been distributed

as part of the PQQ after the closing date will be regarded as a breach of

these minimum standards.

WRAPs (Site Waste Management) (Appraisal Questionnaire Section F).

It is University policy that Professional Construction Contractors

operating on the University Site shall follow the WRAPs proforma, please

confirm acceptance.

Tenderers will be required to complete a Pre Qualification Questionnaire.

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

Restricted

IV.1.2) Limitations on the number of operators who will be invited to

tender or to participate

Envisaged minimum number 5

IV.1.3) Reduction of the number of operators during the negotiation or

dialogue

Recourse to staged procedure to gradually reduce the number of solutions

to be discussed or tenders to be negotiated no

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:

SC2020/11

IV.3.2) Previous publication(s) concerning the same contract

no

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: 27.6.2012 - 15:00

Payable documents: yes

IV.3.4) Time limit for receipt of tenders or requests to participate

27.6.2012 - 15:00

IV.3.5) Date of dispatch of invitations to tender or to participate to

selected candidates

3.8.2012

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

IV.3.8) Conditions for opening tenders

Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

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

All documentation is to be submitted electronically only, all

Documentation is available upon registration at

.

VI.5) Date of dispatch of this notice:

24.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Cambridge: building construction work

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 167819-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE: 27/06/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 1 - Public works contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 8 - Other

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

45210000, 45214000, 45214400, 45213200

Building construction work, Construction work for buildings relating to education and research, Construction work for university buildings, Construction work for warehouses and industrial buildings

AGENCY: THE CHANCELLOR, MASTERS AND SCHOLARS OF THE UNIVERSITY OF CAMBRIDGE

COUNTRY: GB. LANGUAGE: EN

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

The Chancellor, masters and scholars of the University of Cambridge

Estate Management, 74 Trumpington Street

For the attention of: Mr John Neve

CB2 1RW Cambridge

UNITED KINGDOM

E-mail: em.eutenders@admin.cam.ac.uk

Fax: +44 1223766779

Internet address(es):

General address of the contracting authority:

http:/admin.cam.ac.uk/offices/em

Further information can be obtained from: Davis Langdon LLP

63 Thorpe Road

For the attention of: Andy Gale

NR1 1UD Norwich

UNITED KINGDOM

Telephone: +44 1603628194

E-mail: andy.gale@

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

Other: Higher Education.

I.3) Main activity

Education

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:

Primary data centre University of Cambridge.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Works

Design and execution

NUTS code UKH1

II.1.3) Information about a public contract, a framework agreement or a

dynamic purchasing system (DPS)

The notice involves a public contract

II.1.5) Short description of the contract or purchase(s)

This project is for the provision of a principal contractor for the design

and construction of a new data centre. The successful contractor will be

appointed on a two stage negotiated design and build contract. This is

likely to be the NEC ECC form of contract. The architect (TTSP),

structural and services engineer (Arup) will be novated to the principal

contractor at the end of RIBA Stage D.

II.1.6) Common procurement vocabulary (CPV)

45210000, 45214000, 45214400, 45213200

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

II.1.8) 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:

Expression of interest are sought from building contractors for stage 1

design and construction of a new data centre. The project involves the

complete development a building plot at the West Campus. The data centre

is likely to include for 4 data halls (separated for different end users)

which will provide space for approximately 240 racks plus associated

ancillary space and plant, external works will include necessary

infrastructure connections, hard and soft landscaping including perimeter

fencing. The project may be further extended to incorporate a further end

user, these requirements will be to provide up to a further 180 racks

within 2/3 further halls either in the form of an extension or as a linked

building.

The successful contractor will be appointed on a two stage negotiated

design and build contract. This is likely to be the NEC ECC form of

contract. The architect (TTSP), structural and services engineer (Arup)

will be novated to the principal contractor at the end of RIBA Stage D.

Please note that no further information or PQQ documents are available at

this stage. Submissions are to be based on responses or questions posed

under Section III.2 only.

Estimated value excluding VAT:

Range: between 14 000 000 and 19 000 000 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: 13 (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:

Collateral warranties, performance bond, parent company guarantee (if

appropriate) and professional indemnity insurance, minimum 10 000 000 GBP

will be required.

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

Details will be included in the tender documents which will be provided to

those selected to be invited to tender for the project.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

In the event of a joint venture or consortium submitting an acceptable

offer, it will be necessary for each member of the joint venture or

consortium to sign an undertaking that each such member will be jointly

and severally responsible for the due performance of the contract.

Evidence of relevant insurances (including professional indemnity

insurance) shall be required from each member.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes

Description of particular conditions: As detailed in the tender

documentation.

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: The response to this notice must demonstrate suitability to

successfully complete the project. To be considered for the short list of

building contractor selected to tender for this project, the expression of

interest submission must provide the details and/or demonstrate compliance

in the areas specified under III.2.2 and III.2.3 and III.3.1 (see also

information under additional information section VI.3).

In addition.

(1) All candidates will be required to produce a certificate or

declaration demonstrating that they are not bankrupt or the subject of an

administration order, are not being wound up, have not granted a trust

deed, are not the subject of a petition presented for sequestration of

their estate, have not had a receiver, manager or administrator appointed

and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or

declaration demonstrating that the candidate, their directors, or any

other person who has powers of representation, decision or control of the

candidate has not been convicted of conspiracy, corruption bribery, or

money laundering. Failure to provide such a declaration will result in the

candidate being declared ineligible and they will not be selected to

participate in this procurement process.

(3) All candidates will be required to produce a certificate or

declaration demonstrating that they have not been convicted of a criminal

offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or

declaration demonstrating that they have not committed an act of grave

misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the state in which

they are established, regarding registration on the professional or trade

register.

(6) Any candidate found to be guilty of serious misrepresentation in

providing any information required, may be declared ineligible and not

selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a

member of the relevant organisation, in the state where they are

established, when the law of that state prohibits the provision of the

services, described in this notice, by a person who is not so licensed or

who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or

declaration demonstrating that they have fulfilled obligations relating to

the payment of social security contributions under the law of any part of

the United Kingdom or of the relevant state in which the candidate is

established.

(9) All candidates will be required to produce a certificate or

declaration demonstrating that they have fulfilled obligations relating to

the payment of taxes under the law of any part of the United Kingdom or of

the relevant state in which the economic operator is established.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: a) Evidence of professional indemnity insurance to the level

described in Section III.1.1 (10 000 000 GBP).

b) A statement of turnover for the previous 3 years.

c) The previous 3 years audited company accounts.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

General.

Full name and business address, telephone numbers, www and e-mail

addresses.

Details of the company and parent company (if applicable) including

organisational structure, history and current staff numbers with job

descriptions.

a) A description of related data centre projects completed over the last 5

years of similar size and function.

b) A description of particular experience in the use of sustainable design

features and a list of projects (data centre related or otherwise)

completed over the last 5 years that have achieved a minimum of Breeam

very good rating.

c) The proposed team and structure including a list of personnel who would

be allocated to the project.

d) The educations, professional qualifications and experience of all staff

who may be responsible for performing the contract and proof of resource

capacity to undertake the contract.

e) Provide 4nr references from clients on data centre related projects.

f) How your company has added value to similar projects.

g) An indication of the environmental and waste management procedures that

would be applied when undertaking this project.

h) A full and accurate record of the company health and safety record over

the past 5 years.

i) A description of quality management procedures, including confirmation

of registration on any quality assurance schemes.

Minimum level(s) of standards possibly required:

Applicants must be a member of the CIOB chartered builder scheme and a

member of the CSCS training scheme, be a member of, or willing to join,

the considerate contractor scheme.

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: yes

Reference to the relevant law, regulation or administrative provision:

Members of the CIOB chartered builder scheme and members of the CSCS

training scheme as per III.2.3 above.

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

Restricted

IV.1.2) Limitations on the number of operators who will be invited to

tender or to participate

Envisaged minimum number 3: and maximum number 6

Objective criteria for choosing the limited number of candidates: The

strength and quality of responses to section III.2.

IV.1.3) Reduction of the number of operators during the negotiation or

dialogue

Recourse to staged procedure to gradually reduce the number of solutions

to be discussed or tenders to be negotiated no

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.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents

or descriptive document

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

27.6.2012 - 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to

selected candidates

16.7.2012

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

Other: EN (English).

IV.3.8) 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: 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

The submission of an expression of interest must include all the

information to support the request as detailed under Sections III.1 and

III.2 from contractors wishing to be considered for inclusion on the

tender list for this project. Please note that a pre-tender questionnaire

will not be issued. The response to this notice must therefore demonstrate

the contractors suitability to undertake the project. To be considered for

this work, the submission must address all the requirements set out in

section III. The short list will be compiled using the following

evaluation criteria as guidance:

Experience scored out of 40.

Resources scored out of 25.

Proactiveness scored out 25.

Systems and procedures scored out of 10.

Submissions in response to this notice must not exceed 20 sides of A4,

excluding accounts, cvs and other supporting information. 5 hard copies

and 5 CD copies of the submission should be provided to the address stated

in Section 1.

A short list of not less than 3 and not more than 6 contractors will be

compiled and these will be invited to submit tenders and attend a

selection interview. Final award will be in accordance with the criteria

stated in the tender documents.

All discussions and correspondence will be conducted in English and the

contract shall be subject to English law. The contracting authority will

not reimburse and cost incurred in the preparation of submissions to this

notice or of subsequent tenders.

The University of Cambridge is not a public body within the meaning of

Public Contracts Regulations 2006 (Directive 2004/18) and is not subject

to the procurement legislation. Where the university advertises contracts

in the Official Journal of the European Union, it does so on a voluntary

basis and does not undertake any obligation to comply with the procurement

legislation. The university reserves its rights in full to adapt or step

outside the procedures in the procurement legislation as the university

considers necessary.

Information about the tender process to be followed does not amount to a

legally binding offer by the university to follow the process so

described. The university reserves the right not to follow or to modify

the procedures as the university considers necessary.

VI.5) Date of dispatch of this notice:

28.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Derry: refuse and waste related services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168790-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE: 24/07/2012

DEADLINE: 24/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 1 - Open procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90500000

Refuse and waste related services

AGENCY: MEANS ONE OF OR ALL OF THE FOLLOWING COUNCILS; BALLYMONEY BOROUGH COUNCIL; COLERAINE BOROUGH COUNCIL; DERRY CITY COUNCIL; LIMAVADY BOROUGH COUNCIL; MAGHERAFELT DISTRICT COUNCIL; MOYLE DISTRICT COUNCIL; AND STRABANE DISTRICT COUNCIL WHICH MAKE UP THE NORTH WEST REGION WASTE MANAGEMENT GROUP

COUNTRY: GB. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Means one of or all of the following Councils; Ballymoney Borough Council;

Coleraine Borough Council; Derry City Council; Limavady Borough Council;

Magherafelt District Council; Moyle District Council; and Strabane

District Council which make up the North West Region Waste Management

Group

98 Strand Road

For the attention of: Sharon O'Connor

BT48 7NN Derry

UNITED KINGDOM

Telephone: +44 2871376578

Fax: +44 2871264858

Internet address(es):

General address of the contracting authority: .uk

Further information can be obtained from: Derry City Council

98 Strand Road

For the attention of: Colin Killeen

BT48 7NN Derry

UNITED KINGDOM

E-mail: colin.killeen@.uk

Internet address: .uk

Specifications and additional documents (including documents for

competitive dialogue and a dynamic purchasing system) can be obtained

from: Derry City Council

98 Strand Road

For the attention of: Colin Killeen

BT48 7NN Derry

UNITED KINGDOM

E-mail: colin.killeen@.uk

Internet address: .uk

Tenders or requests to participate must be sent to: The above mentioned

contact point(s)

I.2) Type of the contracting authority

Regional or local authority

I.3) Main activity

General public services

Environment

Other: Waste Treatment

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:

Provision for the Treatment of NWRWMG collected commingled waste from

Household Waste & Recycling Centres and from other council services.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar 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.1.5) Short description of the contract or purchase(s)

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Magherafelt District Council; Moyle District

Council; and Strabane District Council which make up the North West Region

Waste Management Group intends to procure a partner to deliver the

Treatment of collected commingled waste from Household Waste & Recycling

Centre’s and from other council services.

These include for the processing and onward distribution to the end

markets of the materials collected.

II.1.6) Common procurement vocabulary (CPV)

90500000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

II.1.8) Lots

This contract is divided into lots: yes

Tenders may be submitted for all lots

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:

Contractors must be able to provide a service that allows for the

following elements; The constituent councils of the NWRWMG operate twenty

seven Household Waste & Recycling Centres.

(Civic Amenity sites) at various locations throughout the region where

members of the public can dispose of unwanted items of household waste. In

addition, Councils also provide a Household.

Bulky Waste Collection whereby members of the public can request that

Councils collect unwanted items of waste from their property. Aside from

the collection of residual waste, the service may also include, Street

cleaning, Indiscriminate dumping & Commercial wastes.

Approximately 50 000 tonnes of municipal waste and separately collected

fraction is collected through these processes. However, no tonnage is

guaranteed.

Ballymoney Borough Council: 3 145.

Coleraine Borough Council: 11 485.

Derry City Council: 21 073.

Limavady Borough Council: 3 844.

Magherafelt District Council: 4 640.

Moyle District Council: 3 278.

Strabane District Council: 5 872.

Estimated value excluding VAT:

Range: between 3 000 000,00 and 4 000 000,00 GBP

II.2.2) Information about options

Options: yes

Description of these options: The follwoing are tonnage figures generated

by each Council, these tonnages are not guaranteed.

Ballymoney Borough Council: 3 145.

Coleraine Borough Council: 11 485.

Derry City Council: 21 073.

Limavady Borough Council: 3 844.

Magherafelt District Council: 4 640.

Moyle District Council: 3 278.

Strabane District Council: 5 872.

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: 24 (from the award of the contract)

Information about lots

Lot No: 1

Lot title: Ballymoney

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Magherafelt District Council; Moyle District

Council; and Strabane District Council which make up the North West Region

Waste Management Group intends to procure a partner to deliver the

Treatment of collected commingled waste from Household Waste & Recycling

Centre’s and from other council services.

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Ballymoney Borough Council: 3,145T (no tonnage is guaranteed).

Lot No: 2

Lot title: Coleraine

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Magherafelt District Council; Moyle District

Council; and Strabane District Council which make up the North West Region

Waste Management Group intends to procure a partner to deliver the

Treatment of collected commingled waste from Household Waste & Recycling

Centre’s and from other council services.

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Coleraine Borough Council: 11,485T (No tonage is guarenteed).

Lot No: 3

Lot title: Derry

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Magherafelt District Council; Moyle District

Council; and Strabane District Council which make up the North West Region

Waste Management Group intends to procure a partner to deliver the

Treatment of collected commingled waste from Household Waste & Recycling

Centre’s and from other council services.

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Derry City Council: 21,073T (no tonnage is guaranteed).

Lot No: 4

Lot title: Limavady

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Magherafelt District Council; Moyle District

Council; and Strabane District Council which make up the North West Region

Waste Management Group intends to procure a partner to deliver the

Treatment of collected commingled waste from Household Waste & Recycling

Centre’s and from other council services.

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Limavady: 3844T (no tonnage is guaranteed).

Lot No: 5

Lot title: Magherafelt

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Magherafelt District Council; Moyle District

Council; and Strabane District Council which make up the North West Region

Waste Management Group intends to procure a partner to deliver the

Treatment of collected commingled waste from Household Waste & Recycling

Centre’s and from other council services.

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Magherafelt: 4640T (no tonnages is guaranteed).

Lot No: 6

Lot title: Moyle

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Magherafelt District Council; Moyle District

Council; and Strabane District Council which make up the North West Region

Waste Management Group intends to procure a partner to deliver the

Treatment of collected commingled waste from Household Waste & Recycling

Centre’s and from other council services.

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Moyle: 3278T (no tonnage is guaranteed).

Lot No: 7

Lot title: Strabane

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Magherafelt District Council; Moyle District

Council; and Strabane District Council which make up the North West Region

Waste Management Group intends to procure a partner to deliver the

Treatment of collected commingled waste from Household Waste & Recycling

Centre’s and from other council services.

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Strabane: 5872T (no tonnage is guaranteed).

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

The Contracting Authority reserves the right to require bonds, deposits,

guarantees or other appropriate forms of undertaking or security to secure

proper performance of the contract.

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

Details in relation to the payment mechanism will be set out in the

Invitation to Tender.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

The Contracting Authority reserves the right to require groupings of

contractors to take a particular legal form upon contract award or to

require that one party has primary liability or to require each party to

be jointly and severally liable.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes

Description of particular conditions: The Applicant must comply with all

applicable fair employment, equality of treatment and anti-discrimination

legislation as a condition to the performance of the contract. The

contract will be subject to conditions so that the Contracting Authority

and the Constituent Councils can comply with their statutory duty to have

due regard to the need to promote equality of opportunity as set out in

Section 75 of the Northern Ireland Act 1998 and Schedule 9 of the Act and

with their statutory duty to contribute to the achievement of sustainable

development as set out in Section 25 of the Northern Ireland

(Miscellaneous Provisions) Act 2006.

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: In accordance with Articles 45 and 46 of Directive 2004/18/EC and

Regulation 23 of the Public Contracts Regulations 2006 and as set out in

the Invitation to Tender available from the address specified in Annex A,

part 1.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: In accordance with Articles 45 and 46 of Directive 2004/18/EC and

Regulation 23 of the Public Contracts Regulations 2006 and as set out in

the Invitation to Tender available from the address specified in Annex A,

part 1.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

Minimum level(s) of standards possibly required(if applicable): In

accordance with Articles 48 and 50 of Directive.

2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and

as set out in the Invitation to Tender available from the address

specified in Annex A, part 1.

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: yes

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

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:

NWRWMG_HWRC_Commingled

IV.3.2) Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2010/S 239-365483 of 7.12.2011

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: 24.7.2012 - 11:00

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

24.7.2012 - 12:00

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

Duration in months: 6 (from the date stated for receipt of tender)

IV.3.8) Conditions for opening tenders

Date: 24.7.2012 - 13:00

Place:

Derry City Council, 98 Strand Road.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure:

Council Elected members only.

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.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

The High Court of Justice of Northern Ireland

The Royal Courts of Justice, Chichester Street

BT1 3JF Belfast

UNITED KINGDOM

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: In accordance with

the Public Contracts Regulations 2006.

VI.5) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Derry: refuse and waste related services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168791-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE: 24/07/2012

DEADLINE: 24/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 1 - Open procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90500000

Refuse and waste related services

AGENCY: MEANS ONE OF OR ALL OF THE FOLLOWING COUNCILS; BALLYMONEY BOROUGH COUNCIL; COLERAINE BOROUGH COUNCIL; DERRY CITY COUNCIL; LIMAVADY BOROUGH COUNCIL; MOYLE DISTRICT COUNCIL; AND STRABANE DISTRICT COUNCIL WHICH MAKE UP THE NORTH WEST REGION WASTE MANAGEMENT GROUP

COUNTRY: GB. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Means one of or all of the following Councils; Ballymoney Borough Council;

Coleraine Borough Council; Derry City Council; Limavady Borough Council;

Moyle District Council; and Strabane District Council which make up the

North West Region Waste Management Group

98 Strand Road

For the attention of: Sharon O'Connor

BT48 7NN Derry

UNITED KINGDOM

Telephone: +44 2871376578

Fax: +44 2871368536

Internet address(es):

General address of the contracting authority: .uk

Further information can be obtained from: Derry City Council

98 Strand Road

Contact point(s): Colin Killeen

BT48 7NN Derry

UNITED KINGDOM

Telephone: +44 2871376578

E-mail: colin.killeen@.uk

Fax: +44 2871368536

Internet address: .uk

Specifications and additional documents (including documents for

competitive dialogue and a dynamic purchasing system) can be obtained

from: Derry City Council

98 Strand Road

Contact point(s): Colin Killeen

BT48 7NN Derry

UNITED KINGDOM

Telephone: +44 2871376578

E-mail: colin.killeen@.uk

Fax: +44 2871368536

Internet address: .uk

Tenders or requests to participate must be sent to: The above mentioned

contact point(s)

I.2) Type of the contracting authority

Regional or local authority

I.3) Main activity

General public services

Environment

Other: Waste treatment

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:

Provision for the ‘haulage, treatment and disposal of local authority

collected residual municipal waste (short term contract).

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar 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.1.5) Short description of the contract or purchase(s)

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Moyle District Council; and Strabane District

Council which make up the North West Region Waste Management Group intends

to procure a partner to deliver the for the ‘haulage, treatment and

disposal of local authority collected Residual municipal waste (short term

contract).

These include for the processing and onward distribution to the end

markets of the materials collected.

II.1.6) Common procurement vocabulary (CPV)

90500000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

II.1.8) Lots

This contract is divided into lots: yes

Tenders may be submitted for all lots

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:

Contractors must be able to provide a service that allows for the

following elements; for the provision of services for the possible

haulage, treatment and disposal materials from Local Authority Collected

Municipal Kerbside Residual Waste and from Council services. This includes

for the processing, diversion, recycling and onward distribution to the

end markets of the materials collected in order to achieve a recycling

rate and landfill diversion rate for this material at a specified minimum

percentage. The treatment of this waste is intended to ensure that the

Client meets its obligations under Domestic and European legislation

including the Landfill Allowance Scheme (Northern Ireland) Regulations

2004. The Client anticipates that some 22,500 tonnes per annum of residual

waste will require treatment and for the duration of the contract. The

Client envisages the use of processes such as mechanical biological

treatment, anaerobic digestion and the production of solid recovered fuel

for energy recovery as being acceptable technologies for the treatment of

the Client’s waste. However, no tonnage is guaranteed.

Ballymoney Borough Council: 500.

Coleraine Borough Council: 5 000.

Derry City Council: 13 000.

Limavady Borough Council: 500.

Moyle District Council: 500.

Strabane District Council: 3 000.

Estimated value excluding VAT:

Range: between 1 400 000,00 and 1 800 000,00 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: 6 (from the award of the contract)

Information about lots

Lot No: 1

Lot title: Ballymoney

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Moyle District Council; and Strabane District

Council which make up the North West Region Waste Management Group intends

to procure a partner to deliver the for the ‘haulage, treatment and

disposal of local authority collected residual municipal waste (short term

contract).

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Ballymoney: 500t (no tonnage is guaranteed).

Lot No: 2

Lot title: Coleraine

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Moyle District Council; and Strabane District

Council which make up the North West Region Waste Management Group intends

to procure a partner to deliver the for the ‘haulage, treatment and

disposal of local authority collected residual municipal waste (short term

contract).

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Coleraine: 5000T (no tonnage is guaranteed).

Lot No: 3

Lot title: Derry

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Moyle District Council; and Strabane District

Council which make up the North West Region Waste Management Group intends

to procure a partner to deliver the for the ‘haulage, treatment and

disposal of local authority collected residual municipal waste (short term

contract).

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Derry: 13000T (no tonnage is guaranteed).

Lot No: 4

Lot title: Limavady

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Moyle District Council; and Strabane District

Council which make up the North West Region Waste Management Group intends

to procure a partner to deliver the for the ‘haulage, treatment and

disposal of local authority collected residual municipal waste (short term

contract).

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Limavady: 500T (no tonnage is guaranteed).

Lot No: 5

Lot title: Moyle

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Moyle District Council; and Strabane District

Council which make up the North West Region Waste Management Group intends

to procure a partner to deliver the for the ‘haulage, treatment and

disposal of local authority collected residual municipal waste (short term

contract).

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Moyle: 500T (no tonnage is guaranteed).

Lot No: 6

Lot title: Strabane

1) Short description

The contracting authority means one of or all of the following Councils;

Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;

Limavady Borough Council; Moyle District Council; and Strabane District

Council which make up the North West Region Waste Management Group intends

to procure a partner to deliver the for the ‘haulage, treatment and

disposal of local authority collected residual municipal waste (short term

contract).

2) Common procurement vocabulary (CPV)

90500000

3) Quantity or scope

Strabane: 3000T (no tonnage is guaranteed).

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

The Contracting Authority reserves the right to require bonds, deposits,

guarantees or other appropriate forms of undertaking or security to secure

proper performance of the contract.

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

Details in relation to the payment mechanism will be set out in the

Invitation to Tender.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

The Contracting Authority reserves the right to require groupings of

contractors to take a particular legal form upon contract award.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes

Description of particular conditions: The Applicant must comply with all

applicable fair employment, equality of treatment and anti-discrimination

legislation as a condition to the performance of the contract. The

contract will be subject to conditions so that the Contracting Authority

and the Constituent Councils can comply with their statutory duty to have

due regard to the need to promote equality of opportunity as set out in

Section 75 of the Northern Ireland Act 1998 and Schedule 9 of the Act and

with their statutory duty to contribute to the achievement of sustainable

development as set out in Section 25 of the Northern Ireland

(Miscellaneous Provisions) Act 2006.

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: In accordance with Articles 45 and 46 of Directive 2004/18/EC and

Regulation 23 of the Public Contracts Regulations 2006 and as set out in

the invitation to tender available from the address specified in Annex A,

part 1.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: In accordance with Article 47 of Directive 2004/18/EC and

Regulation 24 of the Public Contracts Regulations 2006 and as set out in

the invitation to tender available from the address specified in Annex A,

part 1.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

Minimum level(s) of standards possibly required (if applicable): In

accordance with Articles 48 and 50 of Directive 2004/18/EC and Regulation

25 of the Public Contracts Regulations 2006 and as set out in the

Invitation to Tender available from the address specified in Annex A, part

1.

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: yes

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

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:

NWRWMG_Local Authority Collected Residual (Short Term)

IV.3.2) Previous publication(s) concerning the same contract

no

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: 24.7.2012 - 11:00

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

24.7.2012 - 12:00

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

Duration in months: 6 (from the date stated for receipt of tender)

IV.3.8) Conditions for opening tenders

Date: 24.7.2012 - 13:00

Place:

Derry City Council.

Persons authorised to be present at the opening of tenders: yes

Additional information about authorised persons and opening procedure:

Elected Members of Derry City Council only.

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.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

The High Court of Justice of Northern Ireland

The Royal Courts of Justice, Chichester Street

BT1 3JF Belfast

UNITED KINGDOM

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: In accordance with

the Public Contracts Regulations 2006.

VI.5) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Exeter: sewage, refuse, cleaning and environmental services

PUBLISHED ON: 01/06/2012

DOCUMENT NUMBER: 172857-2012

JOURNAL NUMBER: 103

SPECIFICATION DUE:

DEADLINE: 29/06/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90000000

Sewage, refuse, cleaning and environmental services

AGENCY: DEVON COUNTY COUNCIL

COUNTRY: GB. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Devon County Council

EEC Waste Management Services, County Hall, Room M21, Matford Lane Offices

For the attention of: Mr Saeed Mirehsan

EX2 4QW Exeter

UNITED KINGDOM

Telephone: +44 1392383383

E-mail: saeed.mirehsan@.uk

Fax: +44 1392382342

Internet address(es):

General address of the contracting authority: .uk

I.2) Type of the contracting authority

Regional or local authority

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:

Residual waste transfer service for Teignbridge.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

Main site or location of works, place of delivery or of performance:

Distrci of Teignbridge, Devon, England, UK.

NUTS code UKK

II.1.3) Information about a public contract, a framework agreement or a

dynamic purchasing system (DPS)

The notice involves a public contract

II.1.5) Short description of the contract or purchase(s)

This tender opportunity is for the bulking up and transfer of MSW which is

collected by Teignbridge District Council. This entails the provision of a

service that will facilitate the bulking up and transfer of approximately

85 % of the MSW that Teignbridge District Council collects from within its

boundary to the EfW Plant in Plymouth.

This service will include the following:

— A point of waste reception that will be sited centrally within the

Teignbridge District Council’s boundaries and which has a fully compliant

planning permission and environmental permit,

— The provision of a weighbridge facility, which will weigh and record

each vehicle delivering Contract Waste to the point of reception,

— The provision of a bulking up and haulage service that will facilitate

the transfer of waste from the point of reception to the EfW plant, or

alternative delivery points as may be instructed from time to time.

II.1.6) Common procurement vocabulary (CPV)

90000000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) 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:

This service will require the receipt of approximately 20 000 tonnes of

waste per annum which will be collected by Teignbridge District Council as

part of their waste collection responsibilities and to transport in bulk

to Plymouth to be processed at a waste to energy plant (EFW) which is

anticipated to become operational from September 2014.

The waste Transfer facility will be ideally located within the Teignbridge

district's boundaries and close to large centres of population and major

transport networks.

This tender will not place restrictions on applicants' solution as to how

they will transport waste from the transfer station in Teignbridge to

Plymouth's EFW plant. However, applicants are reminded that the EFW plant

is not located close to railway network.

The contract duration will be that offering the most economically

advantageous from the three lengths out-lined within the tender-outline

document.

The Authority will offer the use of one of its redundant landfill sites

that is located in Teignbridge to tenderers who may wish to consider the

use of the site as part of their proposal.

Estimated value excluding VAT: 12 500 000 GBP

II.2.2) Information about options

Options: no

II.3) Duration of the contract or time limit for completion

Duration in months: 300 (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:

As detailed by ITT documents.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes

Description of particular conditions: As detailed by ITT documents.

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

Restricted

IV.1.2) Limitations on the number of operators who will be invited to

tender or to participate

Envisaged minimum number 4: and maximum number 8

Objective criteria for choosing the limited number of candidates:

Applicant will need to complete and return a pre-qualification

questionnaire which the Authority will evaluate to ascertain applicants'

eligibility to tender for the contract.

The evaluation process will then rank eligible applicants and up to a

maximum of 8 top ranking applicants will be invited to tender.

If less than eight eligible applicants apply, then all such eligible

applicants will be invited to tender.

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.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:

WM-72-WASTE TRANSFER SERVICE FOR TEIGNBRIDGE

IV.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents

or descriptive document

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

29.6.2012 - 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to

selected candidates

6.8.2012

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

IV.3.8) Conditions for opening tenders

Date: 29.6.2012 - 12:00

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: 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

Contract notice.

Devon County Council.

Residual waste transfer service for Teignbridge.

(CPV CODE: 90500000 refuse and waste related services).

Notification of intent to tender the above "residual municipal solid waste

(MSW) transfer service contract" (the contract).

Notice is hereby given that Devon County Council (the Authority), is

seeking to enter into an agreement with a contractor who will undertake

the delivery of a waste transfer service for (MSW) which is collected by

Teignbridge District Council.

This notice is being placed on the Authority’s e-tendering portal at:

.uk to advertise the Contract and make aware

those contractors who may wish to express their interest in tendering for

the Contract. A notice to this effect shall be concurrently dispatched to

the Official Journal of the European Communities.

Expressions of interest – restricted tendering procedures.

The Contract will be tendered for electronically through the Authority’s

e-tendering web site.

The tendering process shall be in accordance with the restricted tendering

procedures as set out by the public contracts regulations 2009, as

amended. The companies that wish to tender for the Contract must first

register their company details with the Authority’s website and complete

and return a pre-qualification questionnaire (PQQ) The PQQ evaluation

criteria are detailed within the questionnaire. The completed PQQ will be

reviewed to assess the tenderers’ eligibility and rank their submissions.

Those tenderers evaluated not to be eligible shall not be invited to

tender and shall be notified accordingly. Of those participating

applicants who are assessed to be eligible, a maximum of eight of the

highest ranking companies shall be invited to tender for the Contract. If

less than eight eligible service providers complete the PQQ, then all such

eligible applicants shall be invited to tender.

Tenders’ evaluation.

The tender evaluation process shall be as detailed in the instruction for

tendering. Full tender documents, including instruction for tendering, and

the Tenders’ evaluation criteria will be electronically issued to those

who are invited to tender. The Tender Evaluation process will aim to

identify the most economically advantageous submission, which will take

into account a number of things, including but without limitation, price

and quality of the submissions.

Procurement timetable.

The PQQ together with the draft contract specification and site location

plans are made available on the Authority’s web site at

.uk at the same time as this the notice is

dispatched.

The dead-line for the electronic return of the completed PQQ will be 12:00

noon on 29.6.2012 2012.

The closing time for raising queries or requests for clarifications

associated with the PQQ will be 17:00 on 22.6.2012.

The PQQ evaluation process and the short-listing of tenderers is

anticipated to be completed by the end of July 2012. The Invitation to

Tender of the successful tenderers is anticipated to take place in early

August 2012...

An estimated period of 90 days is anticipated to be allowed for tenderers

to complete and submit their tenders, commencing from the invitation to

tender date. The award of the contract is anticipated to take place during

December 2012 with a service commencement date of September 2014, when the

energy from waste (EfW) plant in Plymouth is anticipated to become

operational.

All above time-scales are intended to be indicative only and the Authority

reserves its right to extend, reduce and revise these.

The Authority reserves the right to select not to proceed with the

procurement of this service at any time during the process, which shall

include the right not to award the contract at all.

The Council is a Public Authority under the Freedom of Information Act

2000 and all information received will be dealt with in compliance with

this Act.

Background information.

The South West Devon Waste Partnership, a partnership of three Waste

Disposal Authorities including Devon County Council, has recently been

successful in procuring an (EfW) plant, to be constructed in the Plymouth

Naval Dockyard. The plant will process 245 000-265 000 tonnes of residual

waste per year and will use the energy generated to deliver a combined

heat and power solution for South West Devon. The Contractor for this

project, MVV Environment, has successfully obtained planning approval for

this facility, and the construction phase of the plant is expected to

commence during the summer of 2012. It is anticipated that the plant will

be ready to accept contract waste in September 2014.

Three of Devon’s Waste Collection Authorities; Teignbridge District

Council, West Devon Borough Council and South Hams District Council, will

be delivering waste to this new facility, either directly or indirectly

through a transfer station.

Brief description of the service offered for tendering.

This tender opportunity is for the bulking up and transfer of MSW which is

collected by Teignbridge District Council. This entails the provision of a

service that will facilitate the bulking up and transfer of approximately

85 % of the MSW that Teignbridge District Council collects from within its

boundary to the EfW Plant in Plymouth. This approximates to 20 000 tonnes

per annum. The value of this element of the service is estimated to range

between £200,000 (service to be provided from an existing waste facility)

and £500,000 per annum (service to be provided from a newly constructed

facility), based on a 25 year contract duration. These figures or

time-scales are intended to be indicative only and the Authority reserves

its option to choose to enter into a shorter contract period, as may be

detailed within the ITT documents, if that offers the most economically

advantageous option.

This service will include the following:

— A point of waste reception that will ideally be sited within the

Teignbridge District Council’s boundary and which has a fully compliant

planning permission and environmental permit,

— The provision of a weighbridge facility, which will weigh and record

each vehicle delivering Contract Waste to the point of reception,

— The provision of a bulking up and haulage service that will facilitate

the transfer of waste from the point of reception to the EfW plant, or

alternative delivery points as may be instructed from time to time.

Payment for this service will be via a ‘gate fee’, quoted as a price per

tonne for each tonne of waste received and transferred to the point of

disposal.

For further details about the service, please refer to the tender outline.

Tender pricing options.

The tender pricing options for this contract are detailed in the draft

tender outline. The most economically advantageous tendered price will be

put forward for consideration as part of DCC’s decision making process.

If you require further information please contact:

Saeed Mirehsan on +44 1392383383 or email saeed.mirehsan@.uk.

Dale Unsworth on +44 1392 383397 or email dale.unsworth@.uk.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

Devon County Council

Room 21 Matford offices County Hall Topsham Road

EX2 4QD Exeter

UNITED KINGDOM

Internet address: .uk

Body responsible for mediation procedures

Devon County Council

Room 21 Matford offices County Hall Topsham Road

EX2 4QD Exeter

UNITED KINGDOM

Internet address: .uk

VI.5) Date of dispatch of this notice:

30.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Leeds: lifts

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168618-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE: 26/06/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 6 - Body governed by public law

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

42416100, 42416000, 42419510

Lifts, Lifts, skip hoists, hoists, escalators and moving walkways, Parts of lifts

AGENCY: PROCUREMENT FOR ALL LTD

COUNTRY: GB. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Procurement For All Ltd

Arthington House, 30 Westfield Road

For the attention of: Siobhan Masters

LS3 1DE Leeds

UNITED KINGDOM

Telephone: +44 3005550304

E-mail: siobhan.masters@procurementforall.co.uk

Internet address(es):

General address of the contracting authority:



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

Housing and community amenities

I.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting

authorities: yes

Johnnie Johnson Housing

Spinners Lane

SK12 1GA Poynton

UNITED KINGDOM

St Vincent Housing Association

Brindley Road Old Trafford

M16 9HQ Manchester

UNITED KINGDOM

Midland Heart

20 Bath Row

B15 1LZ Birmingham

UNITED KINGDOM

Viridian

2 Bridge Avenue

W6 9JP London

UNITED KINGDOM

Contour Housing

Lowry Mall

M50 3AH Salford

UNITED KINGDOM

Ledger Housing

White Rose Way

DN4 5ND Doncaster

UNITED KINGDOM

Walsall Housing

100 Hatherton Street

WS1 1AB Walsall

UNITED KINGDOM

Merlin Housing Association

Riverside Course

BS37 6JX Bristol

UNITED KINGDOM

Orbit Housing Group

Harry Weston Road

CV3 2SU Coventry

UNITED KINGDOM

Leeds Federated

30 Westtfield Road

LS31 1DE Leeds

UNITED KINGDOM

Muir Group

Dee Hills Park

CH3 5AR Chester

UNITED KINGDOM

Great Places Housing

119 Union Street

OL1 1TE Oldham

UNITED KINGDOM

Equity Housing

Monmouth Road

SK8 7EF Cheadle Hulme

UNITED KINGDOM

Accent Group

Otley Road

BD17 7SW Shipley

UNITED KINGDOM

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

Lifts/ Stairlifts Maintenance and Installations.

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

Main site or location of works, place of delivery or of performance:

Agreement will be a national agreement from South.

England coast to Northern.

England including Wales, but not limited to.

The North West of England.

The North east of England.

Yorksire and Humberside.

Central- East of England.

Central- West Midlands.

Central - Greater London and South East.

South - South West.

Exact locations to be agreed at mini competition stage.

NUTS code UK

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 several operators

maximum number of participants to the framework agreement envisaged: 8

Duration of the framework agreement

Duration in months: 48

Estimated total value of purchases for the entire duration of the

framework agreement

Estimated value excluding VAT:

Range: between 4 000 000,00 and 5 000 000,00 GBP

II.1.5) Short description of the contract or purchase(s)

The Authority is seeking expressions of interest from suitably experienced

and qualified Lift Servicing and Maintenance Contractors to tender for

membership of a framework agreement under which it is envisaged that

contracts will be let to Contractors within the framework for the

provision of Periodic Servicing, Inspection,Certification and Maintenance

works to Passenger Lifts, Stairlifts, Homelifts, Bed-Hoists. Access Hoist

amd Minivators and the like to social housing dwellings, sheltered schemes

and special needs housing in properties owned or managed by the individual

members of the Procurement For All Consortium (both current and future

members). The scope of the contract will extend to Installations.

PFA is a consortium of 14 social landlords with operations throughout the

UK (see Appendix A), set up to utlilise the collaborative purchasing power

of consortium members, to raise the standard of service delivery whilst

improving value for money from achieving more competitive pricing. PFA

specialises in the collaborative procurement of decent homes, capital

investment and cyclical maintenance contracts via OJEU compliant framework

agreements.

II.1.6) Common procurement vocabulary (CPV)

42416100, 42416000, 42419510

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

II.1.8) 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:

It is the intention of the Authority to nominate a number of suppliers (to

be determined) on to a Framework.

Agreement to facilitate national coverage. Contracts will then be awarded

following a "mini competition".

Estimated value excluding VAT:

Range: between 4 000 000,00 and 5 000 000,00 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: 48 (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:

Parent Company Guarantee, warranties and/or deposits may be required by

the Authority and will be set out in the Invitation to Tender.

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

As detailed in the Invitation to Tender (ITT).

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

Where Providers form a consortium, they may be required to incorporate a

company to form a special purpose vehicle. In the event of a group of

organisations submitting an acceptable offer, it will be necessary to

provide an undertaking that each organisation will have joint and several

liability for the due performance of any contract called off and entered

into between the individual member of the Procurement For All Ltd

consortium and such a group of organisations under the framework

agreement.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes

Description of particular conditions: Providers who satisfy any of the

criteria for rejection set out in Regulation 23(1), Public Contracts

Regulations 2006 shall be treated as ineligible.

Providers may be requested to provide such evidence as is reasonably

necessary to all Procurement For All Ltd or any consortium member

participating in the tender process to establish that the aforementioned

criteria does not apply to them.

Individual consortium members reserve the right to impose further

conditions in order to be satisfied before individusl contracts will be

entered into with the Providers, which shall be detailed in the Invitation

to Tender and/ or relevant delivery contract.

III.2) Conditions for participation

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: (a) appropriate statements from banks, or, where appropriate,

evidence of relevant progressional risk indemnity insurance;

(b) the presentation of balance sheets or extracts from the balance

sheets, where publication of the balance sheet is required under the law

of the country in which the economic operator is established;

(c) a statement of the undertaking's overall turnover and, where

appropriate, of turnover in the area covered by the contract for a maximum

of the last three financial years available, depending on the date on

which the undertaking was set up or the economic operator started trading,

as far as the information on these turnovers is available.

As per requirements set out in the PQQ. A copy of the.

PQQ can be requested from the contact point as set out in Section I. The

PQQ will be issued to all Providers expressing an interest to this

contract notice.

The PQQ shall be issued electronically. Members of Constructionline need

only to complete certain elements of the PQQ.

The PQQ must be completed and returned with all required supporting

documentation and information by the deadline listed in Section IV.3.4 of

this notice.

Minimum level(s) of standards possibly required: Providers will be

required to have a minimum annual turnover of 250 000 GBP in each of the

last 3 years. If Providers have a minimum annual turnover of less than 250

000 GBP in each of the last 3 years, the Provider shall be expected to

disclose the reasons why Providers will be required at the time of

entering any contract with the individual members of the Procurement For

All Ltd consortium to possess the following insurances:

— Employer's Liability insurance compliant with the amount required by the

applicable law. This insurance should include an Indemnity to Principle

clause and Waiver of Subrogation in favour of the individual members of

the Procurement For All Ltd consortium,

— Liability for death or bodily injury to employees of the Provider

arising out of and in the course of their employment in connection with

this Contract. The amount required by applicable law. This insurance

should include an Indemnity to Principle clause and Waiver of Subrogation

in favour of the individual members of the Procurement For All Ltd

consortium,

— Public Liability Insurance compliant with the amount required by the

applicable law. This insurance should include an Indemnity to Principle

clause and Waiver of Subrogation in favour of the individual mebers of the

Procurement For All Ltd consortium.

Other insurances required by statute.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

Information and formalities necessary for evaluating if requirements are

met at PQQ and ITT Stage may include but not be confined to (if

applicable):

(a) Examples of case studies including values and dates;

(b) Examples of delivery of value for money;

(c) Delivery of a sustainable supply chain;

(d) Use of technology to deliver a cost effective supply chain;

(e) Evidence of previous resident benefit schemes.

Minimum level(s) of standards possibly required:

The successful Providers will be experienced in,and be required to

incorporate, alll duties relating to but not limited to the supply of the

services and materials required by the Employer for the proper performance

of the contract.

Any appointed Provider and their agents/ subcontractors shall hold all

relevant accreditations and certifications as defined by law in order to

perform the services to enable landlords to properly fulfill the duties

placed upon landlords by any regulations and the recommendations of the

Health and Safety Executive.

The values of the contracts and value of the supply chain cannot and will

not be guaranteed.

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

Restricted

IV.1.2) Limitations on the number of operators who will be invited to

tender or to participate

Envisaged minimum number 8: and maximum number 12

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:

LSTL01

IV.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents

or descriptive document

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

26.6.2012 - 17:00

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

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

The Procurement For All Ltd consortium is made up of the following

members: Accent Group, Equity Housing Group Ltd, Leeds Federated Housing

Association Ltd, Muir Group Housing Association Ltd, St Vincents Housing

Association Ltd, Johnnie Johnson Housing Trust, Midland Heart, Viridian

Housing, Walsall Housing Group, Orbit Housing Group, Merlin Housing

Society, Ledger Housing, Contour Housing and Great Places Housing Group.

The total amount of dwellings in the consortium is in the region of 210

000 (estmated). It is anticipated that other social landlords in England

may join the consortium in the future and be able to access this

framework.

Contracts may be awarded by all or any of the current or prospective

members of Procurement For All Ltd and also any of the individual members

current or future subsidiaries.

The current and prospective members (and their current and future

subsidiaries) of Procurement For All Ltd will enter into a multi party

framework agreement with each Provider who is successful on the framework.

The Authority reserves the right not to award the contract and to withdraw

the notice at any point without cost or penalty. If the contract is

awarded, the Authority reserves the right to award a part or parts of the

contract only. Membership of the framework is no guarantee of work.

VI.5) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Liverpool: emulation software package

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168159-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE: 07/05/2013

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 2 - Supply contract

PROCEDURE: 1 - Open procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

48518000, 90000000

Emulation software package, Sewage, refuse, cleaning and environmental services

AGENCY: GOVERNMENT PROCUREMENT SERVICE

COUNTRY: GB. LANGUAGE: EN

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Government Procurement Service

9th Floor The Capital Old Hall Street

For the attention of: Anyone who cares

L3 9PP Liverpool

UNITED KINGDOM

Telephone: +44 3450103503

E-mail: supplier@gps..uk

Internet address(es):

General address of the contracting authority:



Address of the buyer profile:

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

Ministry or any other national or federal authority, including their

regional or local sub-divisions

I.3) Main activity

Other: Public Procurement

I.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting

authorities: yes

Section II: Object of the contract

II.1) Description

II.1.2) Type of contract and location of works, place of delivery or of

performance

Supplies

Purchase

Main site or location of works, place of delivery or of performance:

Primarily in the UK with some limited requirements overseas.

NUTS code UK

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 several operators

maximum number of participants to the framework agreement envisaged: 10

Duration of the framework agreement

Duration in years: 2

II.1.5) Short description of the contract or purchase(s)

Government Procurement Service as the Contracting Authority is putting in

place a Pan Government Collaborative Framework Agreement for use by UK

public sector bodies identified at VI.3 (and any future successors to

these organisations), which include Central Government Departments and

their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies,

NHS bodies and Local Authorities.

The above Public Sector Bodies have a need for (Project Specific – enter

into the space below the type of services that will be provided under the

framework agreement or contract).

Government Procurement Service reserves the right for an electronic

auction to be held by Public Sector bodies during further competition

among the parties to the Framework Agreement(s).

II.1.6) Common procurement vocabulary (CPV)

48518000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) Lots

This contract is divided into lots: yes

Tenders may be submitted for all lots

II.1.9) Information about variants

Variants will be accepted: no

II.2) Quantity or scope of the contract

II.2.2) Information about options

Options: no

Information about lots

2) Common procurement vocabulary (CPV)

90000000

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

Participants will be advised if this is necessary during the procurement.

Parent company and/or other guarantees of performance and financial

liability may be (required by Government Procurement Service) (proposed by

participants) if considered appropriate.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

No special legal form is required but if a contract is awarded to a

consortium, the Contracting Authority may require the consortium to form a

legal entity before entering into the Framework Agreement.

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: Candidates will be assessed in accordance with Part 4 of the

Public Contracts Regulations 2006, as amended (implementing Title II,

Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of

information provided in response to an Invitation to Tender (“ITT”).

(Project Specific – please delete the following text if not using the

eSourcing tool and replace with guidance on expressing an interest).

This procurement will be managed electronically via the Government

Procurement Service’s e-Sourcing Suite. To participate in this

procurement, participants must first be registered on the e-Sourcing

Suite.

If you have not yet registered on the eSourcing Suite, this can be done

online at by following the link

‘Register for GPS eSourcing’. Please note that, to register, you must have

a valid DUNS number (as provided by Dun and Bradstreet) for the

organisation which you are registering, who will be entering into a

contract if invited to do so. Full instructions for registration and use

of the system can be found at

.

Once you have registered on the eSourcing Suite, a registered user can

express an interest for a specific procurement. This is done by emailing

ExpressionOfInterest@gps..uk.

Your email must clearly state: the name and reference for the procurement

you wish to register for; the name of the registered supplier; and the

name and contact details for the registered individual sending the email.

Government Procurement Service will process the email and then enable the

supplier to access the procurement online via the e-Sourcing Suite. The

registered user will receive a notification email to alert them once this

has been done.

For technical assistance on use of the e-Sourcing Suite please contact

Government Procurement Service Helpdesk: Freephone: +44 3450103503 email:

supplier@gps..uk.

Responses must be published by the date in IV.3.4.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: Candidates will be assessed in accordance with Part 4 of the

Public Contracts Regulations 2006, as amended (implementing Title II,

Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of

information provided in response to an ITT.

(Project Specific – please delete the following text if not using the

eSourcing tool and replace with guidance on expressing an interest or

submitting a tender).

The ITT can be accessed at:

using the instructions detailed in III.2.1.

(Project Specific – delete statements below as appropriate. Please ensure

that the statements which are not deleted are consistent with what is

stated in the ITT).

The Contracting Authority may take into account any of the following

information:

(a) appropriate statements from banks or, where appropriate, evidence of

relevant professional risk indemnity insurance;

(b) the presentation of balance-sheets or extracts from the

balance-sheets, where publication of the balance-sheet is required under

the law of the country in which the economic operator is established;

(c) a statement of the undertaking's overall turnover and, where

appropriate, of turnover in the area covered by the contract for a maximum

of the last three financial years available, depending on the date on

which the undertaking was set up or the economic operator started trading,

as far as the information on these turnovers is available.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

Candidates will be assessed in accordance with Part 4 of the Public

Contracts Regulations 2006, as amended (implementing Title II, Chapter

V11, Section 2 of Directive 2004/18/EC), on the basis of information

provided in response to an ITT.

(Project Specific – please delete the following text if not using the

eSourcing tool and replace with guidance on expressing an interest or

submitting a tender).

The ITT can be accessed at:

using the instructions detailed in III.2.1.

(Project Specific – delete statements below as appropriate. Please ensure

that the statements which are not deleted are consistent with what is

stated in the ITT).

The Contracting Authority may have regard to any of the following means in

its assessment:

(a) a list of the works carried out over the past five years, accompanied

by certificates of satisfactory execution for the most important works.

These certificates shall indicate the value, date and site of the works

and shall specify whether they were carried out according to the rules of

the trade and properly completed. Where appropriate, the competent

authority shall submit these certificates to the contracting authority

direct;

(b) a list of the principal deliveries effected or the main services

provided in the past three years, with the sums, dates and recipients,

whether public or private, involved. Evidence of delivery and services

provided shall be given: - where the recipient was a contracting

authority, in the form of certificates issued or countersigned by the

competent authority, - where the recipient was a private purchaser, by the

purchaser's certification or, failing this, simply by a declaration by the

economic operator;

(c) an indication of the technicians or technical bodies involved, whether

or not belonging directly to the economic operator's undertaking,

especially those responsible for quality control and, in the case of

public works contracts, those upon whom the contractor can call in order

to carry out the work;

(d) a description of the technical facilities and measures used by the

supplier or service provider for ensuring quality and the undertaking's

study and research facilities;

(e) where the products or services to be supplied are complex or,

exceptionally, are required for a special purpose, a check carried out by

the contracting authorities or on their behalf by a competent official

body of the country in which the supplier or service provider is

established, subject to that body's agreement, on the production

capacities of the supplier or the technical capacity of the service

provider and, if necessary, on the means of study and research which are

available to it and the quality control measures it will operate;

(f) the educational and professional qualifications of the service

provider or contractor and/or those of the undertaking's managerial staff

and, in particular, those of the person or persons responsible for

providing the services or managing the work;

(g) for public works contracts and public services contracts, and only in

appropriate cases, an indication of the environmental management measures

that the economic operator will be able to apply when performing the

contract;

(h) a statement of the average annual manpower of the service provider or

contractor and the number of managerial staff for the last three years;

(i) a statement of the tools, plant or technical equipment available to

the service provider or contractor for carrying out the contract;

(j) an indication of the proportion of the contract which the services

provider intends possibly to subcontract;

(k) with regard to the products to be supplied: (i) samples, descriptions

and/or photographs, the authenticity of which must be certified if the

contracting authority so requests; (ii) certificates drawn up by official

quality control institutes or agencies of recognised competence attesting

the conformity of products clearly identified by references to

specifications or standards.

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

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.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:

RM

IV.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents

or descriptive document

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

7.5.2013 - 23:00

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

in days: 120 (from the date stated for receipt of tender)

IV.3.8) Conditions for opening tenders

Place:

Web-based portal.

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

Potential suppliers should note that, in accordance with the UK

Government’s policies on transparency, Government Procurement Service

intends to publish the Pre-Qualification Questionnaire (PQQ), the

Invitation to Tender (ITT) document, and the text of any Framework

Agreement awarded, subject to possible redactions at the discretion of

Government Procurement Service. The terms of the proposed Framework

Agreement will also permit a public sector contracting authority, awarding

a contract under this Framework Agreement, to publish the text of that

contract, subject to possible redactions at the discretion of the

contracting authority. Further information on transparency can be found

at:



The Contracting Authority expressly reserves the right (i) not to award

any contract as a result of the procurement process commenced by

publication of this notice; and (ii) to make whatever changes it may see

fit to the content and structure of the tendering competition; and in no

circumstances will the Contracting Authority be liable for any costs

incurred by the candidates. If the Contracting Authority decides to enter

into a Framework Agreement with the successful supplier, this does not

mean that there is any guarantee of subsequent contracts being awarded.

Any expenditure, work or effort undertaken prior to contract award is

accordingly a matter solely for the commercial judgement of potential

suppliers. Any orders placed under this Framework Agreement will form a

separate contract under the scope of this Framework between the supplier

and the specific requesting other contracting body. The Contracting

Authority and other contracting bodies utilising the Framework reserve the

right to use any electronic portal during the life of the agreement.

The duration referenced in Section II.1.4 is for the placing of orders.

The value provided in Section II.1.4 is only an estimate. We cannot

guarantee to suppliers any business through this framework agreement.

Government Procurement Service wishes to establish a Framework Agreement

for use by the following UK public sector bodies (and any future

successors to these organisations):

“Copy the latest version of the Customer List here”.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

Government Procurement Service

9th Floor The Capital Old Hall Street

L3 9PP Liverpool

UNITED KINGDOM

E-mail: supplier@gps..uk

Telephone: +44 3450103503

Internet address:

Body responsible for mediation procedures

Centre for Effective Dispute Resolution

International Dispute Resolution Centre, 70 Fleet Street

EC4Y 1EU London

UNITED KINGDOM

E-mail: info@

Telephone: +44 2075366000

Internet address:

Fax: +44 2075366001

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: The Authority 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 the Authority 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 Public Contracts

Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have

been harmed or are at risk of harm by breach of the rules to take legal

action. Any such action must be brought within the applicable limitation

period. 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 entered into

the Court may, depending on the circumstances, award damages, make a

declaration of ineffectiveness, order the Authority 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.

VI.4.3) Service from which information about the lodging of appeals may

be obtained

Government Procurement Service

9th Floor, The Capital, Old Hall Street

L3 9PP Liverpool

UNITED KINGDOM

E-mail: Supplier@gps..uk

Telephone: +44 3450103503

Internet address:

VI.5) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-London: sewage, refuse, cleaning and environmental services

PUBLISHED ON: 31/05/2012

DOCUMENT NUMBER: 170739-2012

JOURNAL NUMBER: 102

SPECIFICATION DUE:

DEADLINE: 13/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 2 - Supply contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 8 - Other

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90000000

Sewage, refuse, cleaning and environmental services

AGENCY: LONDON SCHOOL OF ECONOMICS & POLITICAL SCIENCE

COUNTRY: GB. LANGUAGE: EN

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

London School of Economics & Political Science

Houghton Street

Contact point(s):

For the attention of: Alan Langley, Contracts Manager

WC2A 2AA London

UNITED KINGDOM

Internet address(es):

General address of the contracting authority: lse.ac.uk

Address of the buyer profile:

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

Other: Higher Education

I.3) Main activity

Education

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:

T11-082 Supply of Cleaning Materials and Associated Products.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Supplies

Purchase

NUTS code UKI1

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 years: 3

Estimated total value of purchases for the entire duration of the

framework agreement

Estimated value excluding VAT:

Range: between 810 000 and 900 000 GBP

II.1.5) Short description of the contract or purchase(s)

The London School of Economics and Political Science has a requirement for

the supply of cleaning consumable supplies. Spend per annum is in the

region of 270 000 GBP to 300 000 GBP per annum. Delivery shall be on a

call off basis to the LSE Campus, Houghton Street London, WC2A 2AE, and

some eleven student halls of residences located throughout central London.

Interested parties will be required to fill in prices for items currently

consumed by the LSE in an Excel unit pricing and site reference schedule

and offer environmentally friendly alternatives where applicable. They

will also be required to advise similar sites where under contract they

have demonstrated clear evidence of a reduction in client demand. This is

a key part of this tender. If you are unable to demonstrate a spend

reduction through demand side management please do not tender for this

contract as your bid will not be considered. Tenderers must have a minimum

turnover of 900 000 GBP per annum and will need to pay a bid fee of 50 GBP

to receive the tender documents.

II.1.6) Common procurement vocabulary (CPV)

90000000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

II.1.8) 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:

The LSE has a requirement for a suitably experienced contractor to supply

janitorial products and associated items to LSE campus buildings and LSE

Halls of Residences located throughout central London. Spend is in the

region of 270 000 GBP to 300 000 GBP per annum.

Items required to be delivered on a call off basis under the framework

agreement include, paper hand towels and wipers, toilet tissue, fabric

detergents and softeners, hand soap, plastic sacks and general cleaning

products and chemicals.

Particular attention will be given to suppliers offering innovation and

savings in consumables, consumption and cost.

Estimated value excluding VAT:

Range: between 810 000 and 900 000 GBP

II.2.2) Information about options

Options: yes

Description of these options: Environmentally friendly options.

II.2.3) Information about renewals

This contract is subject to renewal: yes

Number of possible renewals: 1

In the case of renewable supplies or service contracts, estimated

timeframe for subsequent contracts:

in months: 12 (from the award of the contract)

II.3) Duration of the contract or time limit for completion

Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: no

III.2) Conditions for participation

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: Turnover in excess of 900 000 GBP per annum.

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

Restricted

IV.1.2) Limitations on the number of operators who will be invited to

tender or to participate

Envisaged number of operators: 3

Objective criteria for choosing the limited number of candidates:

Trialling products on site.

IV.1.3) Reduction of the number of operators during the negotiation or

dialogue

Recourse to staged procedure to gradually reduce the number of solutions

to be discussed or tenders to be negotiated no

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: yes

Additional information about electronic auction:

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:

T11-082

IV.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents

or descriptive document

Payable documents: yes

Price: 50 GBP

Terms and method of payment: Payment can be made online by debit, credit

or purchasing card. Go to URL in section 1.1 which gives details of the

In-tend URL.

IV.3.4) Time limit for receipt of tenders or requests to participate

13.7.2012 - 00:00

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

Other: English.

IV.3.8) Conditions for opening tenders

Date: 18.9.2012 - 09:00

Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.2) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: no

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

The London School of Economics and Political

Houghton Street

WC2A 2AE London

UNITED KINGDOM

Internet address:

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: The LSE will

incorporate a minimum ten day calendar day standstill period at the point

information on the award of the contract is communicated to Tenderers.

This period allows unsuccessful Tenderers to seek further debriefing from

the LSE before the contract is entered into. Applicants will have two

working days from notification of the award decision to request additional

debriefing and that information has to be provided within a minimum of

three working days before expiry of the standstill period. Such additional

information should be requested from the address in section 1.1. If an

appeal regarding the award of this contract has not been successfully

resolved the Public Contracts Regulations 2006 provide for aggrieved

parties who have been harmed or at risk of harm by a breach of the 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

settling aside of the award decision or order the authority to amend any

document and may award damages. If the contract has been entered into, the

Court may only award damages.

VI.5) Date of dispatch of this notice:

29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Luton: sewage, refuse, cleaning and environmental services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168903-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE: 29/06/2012

DEADLINE: 02/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 1 - Open procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 6 - Body governed by public law

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90000000

Sewage, refuse, cleaning and environmental services

AGENCY: UNIVERSITY OF BEDFORDSHIRE

COUNTRY: GB. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

University of Bedfordshire

Park Square

For the attention of: Jo Campbell

LU1 3JU Luton

UNITED KINGDOM

Telephone: +44 1582743391

E-mail: joanne.campbell@beds.ac.uk

Fax: +44 1582743330

Internet address(es):

General address of the contracting authority:

in-tendhost.co.uk/universityofbedforshire

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

Education

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:

Waste management services.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

Main site or location of works, place of delivery or of performance: Luton

and Bedford Campuses.

NUTS code: UKH21.

NUTS code UKH22

II.1.3) Information about a public contract, a framework agreement or a

dynamic purchasing system (DPS)

The notice involves a public contract

II.1.5) Short description of the contract or purchase(s)

The University of Bedfordshire invites your proposal for the provision of

Waste management services. Please ensure all parts of the invitation to

tender are completed as requested, and returned through the web-site.

II.1.6) Common procurement vocabulary (CPV)

90000000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

II.1.8) 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:

The University are seeking to appoint one operator to provide Waste

Management Services, for our Luton and Bedford sites. The University is

highly committed to conduct its business in such a way that it actively

promotes environmental responsibility and sustainability into the

operational and planning processes of its operations.

To include management of:

General refuse.

Comingled recycling.

Glass recycling.

With additional ad hoc services of:

Clinical waste.

Hazardous waste.

Special waste.

WEEE waste.

Freezer and refrigerator waste.

Construction and refurbishment waste.

Mixed waste skips.

II.2.2) Information about options

Options: yes

Description of these options: The University reserve the right to extend

the contract for a period of 2 years in 1 year increments, subject to

satisfactory performance.

II.3) Duration of the contract or time limit for completion

Duration in months: 36 (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:

To be agreed at the time of award as necessary.

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

To be agreed.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

To be agreed at the time of award as necessary.

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

Information and formalities necessary for evaluating if the requirements

are met: Information and formalities necessary for evaluating if the

requirements are met:

Conformance with the requirements of the ITT.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: Conformance with the requirements of the ITT.

Minimum level(s) of standards possibly required: Conformance with the

requirements of the ITT.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

Demonstrable experience of similar activity and suitably experienced

management team.

Minimum level(s) of standards possibly required:

Conformance with the requirements of the ITT.

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

IV.1.3) Reduction of the number of operators during the negotiation or

dialogue

Recourse to staged procedure to gradually reduce the number of solutions

to be discussed or tenders to be negotiated no

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:

UOB/EST302/2012/05

IV.3.2) Previous publication(s) concerning the same contract

no

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: 29.6.2012

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

2.7.2012

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

in days: 90 (from the date stated for receipt of tender)

IV.3.8) Conditions for opening tenders

Date: 2.7.2012

Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

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

III.2.4) Reserved contracts: no.

II.3) Duration of the contract or time-limit for completion:

Or starting 1.8.2012 completion 31.7.2015.

VI.5) Date of dispatch of this notice:

23.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Newport: sewage, refuse, cleaning and environmental services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168651-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE: 26/06/2012

DEADLINE: 09/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 1 - Open procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90000000, 90500000, 90510000, 90513000, 90513500

Sewage, refuse, cleaning and environmental services, Refuse and waste related services, Refuse disposal and treatment, Non-hazardous refuse and waste treatment and disposal services, Treatment and disposal of foul liquids

AGENCY: JOINT PROCUREMENT UNIT

COUNTRY: GB. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Joint Procurement Unit

Newport City Council, Corporate Services, Room 315, Civic Centre

For the attention of: Dean Evans

NP20 4UR Newport

UNITED KINGDOM

Telephone: +44 1633233449

E-mail: dean.evans@.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

Regional or local authority

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:

Collection, Transportation and Treatment of Contaminated Water (Landfill

Leachate) Arising from the Newport City Council Docksway Disposal Site.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

Main site or location of works, place of delivery or of performance:

Newport City Council, Docksway Disposal Site, NP20 2NS.

NUTS code UKL21

II.1.3) Information about a public contract, a framework agreement or a

dynamic purchasing system (DPS)

The notice involves a public contract

II.1.5) Short description of the contract or purchase(s)

Collection & disposal of Contaminated Water (Landfill Leachate) to a

licensed treatment/disposal facility.

Community Benefits apply to this contract, Further details: See Tender

documentation.

II.1.6) Common procurement vocabulary (CPV)

90000000, 90500000, 90510000, 90513000, 90513500

II.1.8) Lots

This contract is divided into lots: no

II.1.9) Information about variants

Variants will be accepted: no

Section III: Legal, economic, financial and technical information

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

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:

Tender No. JPU/1044

IV.3.2) Previous publication(s) concerning the same contract

no

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: 26.6.2012 - 16:00

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

9.7.2012 - 16:00

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

Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.3) Additional information

Buy4Wales Reference Number: 30420.

VI.5) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Preston: refuse and waste related services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168797-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE: 10/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 1 - Open procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: R - Regional or local Agency/Office

TYPE OF BID: 3 - Submission for one or more lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90500000, 90510000, 90513000

Refuse and waste related services, Refuse disposal and treatment, Non-hazardous refuse and waste treatment and disposal services

AGENCY: LANCASHIRE COUNTY COUNCIL

COUNTRY: GB. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Lancashire County Council

Corporate Procurement, E38, PO Box 100, County Hall

Contact point(s): Phil Lambert

PR1 0LD Preston

UNITED KINGDOM

Telephone: +44 1772530407

E-mail: fin.procurement@.uk

Internet address(es):

General address of the contracting authority:

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

Regional or local agency/office

I.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting

authorities: yes

Burnley Borough Council, Hyndburn Borough Council, Rossendale Borough

Council

UNITED KINGDOM

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

ENV - Procurement of Green Waste Composting Services.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

Main site or location of works, place of delivery or of performance: East

Lancashire.

NUTS code UKD43

II.1.3) Information about a public contract, a framework agreement or a

dynamic purchasing system (DPS)

The notice involves a public contract

II.1.5) Short description of the contract or purchase(s)

Lancashire County Council is seeking to procure the provision of a

facility(ies) for the acceptance and composting of Green Waste (excluding

kitchen waste) from household kerbside collections and the cleansing of

public highways, public parks and like areas, undertaken by participating

Waste Collection Authorities in the east of Lancashire. In addition

Lancashire reserves the right to include, from time to time, any other

Green Waste for which Lancashire is responsible for disposal.

II.1.6) Common procurement vocabulary (CPV)

90500000, 90510000, 90513000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) 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: no

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

The contract is to provide a facility(ies) to accept and compost Green

Waste from participating Waste Collection Authorities, which provide

household kerbside collections and undertake the cleansing of public

highways, public parks and like areas, within East Lancashire. In addition

Lancashire reserves the right to include, from time to time, any other

Green Waste for which Lancashire is responsible for disposal.

The capacity will be determined during each year of the contract by

Lancashire County Council estimating its requirements, but no minimum

tonnages are guaranteed. The County Council may appoint more than one

provider to supply the services. The ITT provides further details.

II.2.2) Information about options

Options: yes

Description of these options: The contract is for an initial term of 18

months, commencing on the 1.10.2012 with the ability for the County

Council to extend for periods of twelve months on the 31.3 2014; 31.3

2015; 31.3 2016; and, 31.3 2017. More details are given in the ITT.

Information about lots

Lot No: 1

Lot title: Burnley Borough Council

1) Short description

Lancashire County Council is seeking to procure the provision of a

facility(ies) for the acceptance and composting of Green Waste (excluding

kitchen waste) from household kerbside collections and the cleansing of

public highways, public parks and like areas, undertaken by participating

Waste Collection Authorities in the east of Lancashire. In addition

Lancashire reserves the right to include, from time to time, any other

Green Waste for which Lancashire is responsible for disposal.

2) Common procurement vocabulary (CPV)

90500000, 90510000, 90513000

3) Quantity or scope

The contract is to provide a facility(ies) to accept and compost Green

Waste from participating Waste Collection Authorities, which provide

household kerbside collections and undertake the cleansing of public

highways, public parks and like areas, within East Lancashire. In addition

Lancashire reserves the right to include, from time to time, any other

Green Waste for which Lancashire is responsible for disposal.

The capacity will be determined during each year of the contract by

Lancashire County Council estimating its requirements, but no minimum

tonnages are guaranteed. The County Council may appoint more than one

provider to supply the services. The ITT provides further details.

Lot No: 2

Lot title: Hyndburn Borough Council

1) Short description

Lancashire County Council is seeking to procure the provision of a

facility(ies) for the acceptance and composting of Green Waste (excluding

kitchen waste) from household kerbside collections and the cleansing of

public highways, public parks and like areas, undertaken by participating

Waste Collection Authorities in the east of Lancashire. In addition

Lancashire reserves the right to include, from time to time, any other

Green Waste for which Lancashire is responsible for disposal.

2) Common procurement vocabulary (CPV)

90500000, 90510000, 90513000

3) Quantity or scope

The contract is to provide a facility(ies) to accept and compost Green

Waste from participating Waste Collection Authorities, which provide

household kerbside collections and undertake the cleansing of public

highways, public parks and like areas, within East Lancashire. In addition

Lancashire reserves the right to include, from time to time, any other

Green Waste for which Lancashire is responsible for disposal.

The capacity will be determined during each year of the contract by

Lancashire County Council estimating its requirements, but no minimum

tonnages are guaranteed. The County Council may appoint more than one

provider to supply the services. The ITT provides further details.

Lot No: 3

Lot title: Rossendale Borough Council

1) Short description

Lancashire County Council is seeking to procure the provision of a

facility(ies) for the acceptance and composting of Green Waste (excluding

kitchen waste) from household kerbside collections and the cleansing of

public highways, public parks and like areas, undertaken by participating

Waste Collection Authorities in the east of Lancashire. In addition

Lancashire reserves the right to include, from time to time, any other

Green Waste for which Lancashire is responsible for disposal.

2) Common procurement vocabulary (CPV)

90500000, 90510000, 90513000

3) Quantity or scope

The contract is to provide a facility(ies) to accept and compost Green

Waste from participating Waste Collection Authorities, which provide

household kerbside collections and undertake the cleansing of public

highways, public parks and like areas, within East Lancashire. In addition

Lancashire reserves the right to include, from time to time, any other

Green Waste for which Lancashire is responsible for disposal.

The capacity will be determined during each year of the contract by

Lancashire County Council estimating its requirements, but no minimum

tonnages are guaranteed. The County Council may appoint more than one

provider to supply the services. The ITT provides further details.

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: no

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

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.3.3) Conditions for obtaining specifications and additional documents

or descriptive document

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

10.7.2012 - 10:00

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

IV.3.8) Conditions for opening tenders

Date: 10.7.2012

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

Any Facility which a tenderer wishes to offer:

— must meet all the requirements of the ITT and Specification,

— must have the benefit of a current planning permission to carry out all

activities identified in the ITT and Specification,

— must have the benefit of an Environmental Permit (Waste Management

Licence) to carry out all activities identified in the ITT and

Specification,

— must be able to accept a minimum of 5 000 tonnes of Green Waste in any

Contract Year for each Lot tendered.

More details are given in the ITT.

VI.5) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Sandbach: construction work

PUBLISHED ON: 01/06/2012

DOCUMENT NUMBER: 172205-2012 Part 1 of 2

JOURNAL NUMBER: 103

SPECIFICATION DUE:

DEADLINE: 09/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 1 - Public works contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 3 - Submission for one or more lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000, 45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000, 45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000, 45440000, 45450000, 45500000, 45510000, 45520000, 37535200, 50500000, 50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000, 50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71421000, 71500000, 71510000, 71520000, 77200000, 77210000, 77300000, 77310000, 77320000, 77330000, 77340000, 90440000, 90450000, 90460000, 90650000, 92522000

Construction work, Site preparation work, Building demolition and wrecking work and earthmoving work, Test drilling and boring work, Works for complete or part construction and civil engineering work, Building construction work, Engineering works and construction works, Construction work for pipelines, communication and power lines, for, highways, roads, airfields and railways flatwork, Construction work for water projects, Construction works for plants, mining and manufacturing and for buildings, relating to the oil and gas industry, Roof works and other special trade construction works, Building installation work, Electrical installation work, Insulation work, Plumbing and sanitary works, Fencing, railing and safety equipment installation work, Mechanical installations, Building completion work, Plastering work, Joinery and carpentry installation work, Floor and wall covering work, Painting and glazing work, Other building completion work, Hire of construction and civil engineering machinery and equipment with, operator, Hire of cranes with operator, Hire of earthmoving equipment with operator, Playground equipment, Repair and maintenance services for pumps, valves, taps and metal, containers and machinery, Repair and maintenance services of pumps, valves, taps and metal, containers, Repair and maintenance services of machinery, Repair and maintenance services of security and defence materials, Repair and maintenance services of security equipment, Repair and maintenance services of building installations, Repair and maintenance services of electrical and mechanical building, installations, Repair and maintenance services of central heating, Commissioning of heating installations, Repair and maintenance services of cooler groups, Repair and maintenance services of escalators, Lift-maintenance services, Repair and maintenance of public conveniences, Miscellaneous repair and maintenance services, Landscape gardening services, Construction-related services, Site-investigation services, Construction supervision services, Forestry services, Logging services, Horticultural services, Planting and maintenance services of green areas, Sports fields maintenance services, Floral-display services, Tree pruning and hedge trimming, Treatment services of cesspools, Treatment services of septic tanks, Cesspool or septic tank emptying services, Asbestos removal services, Preservation services of historical sites and buildings

AGENCY: CHESHIRE EAST BOROUGH COUNCIL

COUNTRY: GB. LANGUAGE: EN

Part 1 of 2

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Cheshire East Borough Council

Corporate Procurement Unit, Westfields, Middlewich Road

For the attention of: Mr Steve Mellor

CW11 1HZ Sandbach

UNITED KINGDOM

Telephone: +44 1270686439

E-mail: steve.mellor@.uk

Further information can be obtained from: Cheshire East Borough Council

Operators are required to register and download PQQ documentation via the

Chest at thechest..uk - the project reference is NWCE-8T9BVK

UNITED KINGDOM

Specifications and additional documents (including documents for

competitive dialogue and a dynamic purchasing system) can be obtained

from: Cheshire East Borough Council

Operators are required to register and download PQQ documentation via the

Chest at thechest..uk - the project reference is NWCE-8T9BVK

UNITED KINGDOM

Tenders or requests to participate must be sent to: Cheshire East Borough

Council

Operators are required to register and download PQQ documentation via the

Chest at thechest..uk - the project reference is NWCE-8T9BVK

UNITED KINGDOM

I.2) Type of the contracting authority

Regional or local authority

I.3) Main activity

General public services

Environment

Education

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:

Low value construction services framework.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Works

Main site or location of works, place of delivery or of performance:

Establishments within the borough of Cheshire East.

NUTS code UKD2

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 several operators

maximum number of participants to the framework agreement envisaged: 66

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the

framework agreement

Estimated value excluding VAT:

Range: between 16 000 000 and 32 000 000 GBP

II.1.5) Short description of the contract or purchase(s)

This Framework is to be set-up for Cheshire East Borough Council (Council

and Employer) to deliver low value construction services to all internal

departments and any organisation that Cheshire East Borough Council is

associated with. The overall objective of the framework is to support the

Council to deliver their revenue and capital programmes by;

— Providing professional expertise to supplement existing Council

knowledge,

— Providing capacity and supplementary knowledge that allows flexibility

where necessary to support existing Council services,

— Providing cost certainty through use of the framework for Commission

delivery,

— Standardise and streamline processes with the implementation of

continuous feedback and performance improvements with regards to external

resource,

— Realise efficiencies through knowledge sharing and monitoring and

management of performance in terms of cost and quality.

The framework will be divided into the following lots:

Lot 1 - value stream 1: 1 000 GBP - 75 000 GBP electrical works.

Lot 2 - value stream 1: 1 000 GBP- 75 000 GBP mechanical works.

Lot 3 - value stream 1: 1 000 GBP- 75 000 GBP painting and decorating.

Lot 4 - value stream 1: 1 000 GBP- 75 000 GBP flooring works.

Lot 5 - value stream 1: 1000 GBP - 7 5000 GBP CCTV/fire alarms/security.

Lot 6 - value stream 1: 1 000 GBP - 75 000 GBP landscaping inc.

Play/sports.

Lot 7 - value stream 1: 1 000 GBP - 75 000 GBP new

build/extensions/refurbishment/minor works.

Lot 8 - value stream 1: 1 000 GBP - 75 000 GBP asbestos removal.

Lot 9 - value stream 2: 75 001 GBP - 500 000 GBP new

build/extensions/refurbishment works.

Lot 10 - value stream 3: 1 000 GBP - 500 000 GBP demolition works.

Lot 11 - value stream 3: 1 000 GBP - 500 000 GBP heritage works.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

II.1.6) Common procurement vocabulary (CPV)

45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000,

45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000,

45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000,

45440000, 45450000, 45500000, 45510000, 45520000, 37535200, 50500000,

50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000,

50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71421000,

71500000, 71510000, 71520000, 77200000, 77210000, 77300000, 77310000,

77320000, 77330000, 77340000, 90440000, 90450000, 90460000, 90650000,

92522000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) 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: no

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 16 000 000 and 32 000 000 GBP

II.2.2) Information about options

Options: yes

Description of these options: The option to extend for up to a further 12

months (at the councils sole discretion). In the event the contract is

extended any extension shall be on the same terms and conditions of

contract as the original contract period.

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: Value Stream 1: 1 000 GBP - 75 000 GBP electrical works

1) Short description

Repairs, maintenance, refurbishment and installation of electrical plant,

materials and equipment.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual Lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 45120000, 45230000, 45310000, 45320000, 45450000, 50600000,

50610000, 50700000, 50710000, 50740000, 50750000, 50800000, 71500000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 1 200 000 and 2 000 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

Lot No: 2

Lot title: Value stream 1: 1 000 GBP - 75 000 GBP mechanical works

1) Short description

Repairs, Maintenance, Refurbishment and installation of mechanical plant,

materials and equipment.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 45120000, 45230000, 45240000, 45320000, 45330000, 45350000,

45450000, 50500000, 50510000, 50530000, 50700000, 50710000, 50720000,

50721000, 50730000, 50750000, 50760000, 50800000, 71500000, 90440000,

90450000, 90460000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 1 200 000 and 2 000 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

Lot No: 3

Lot title: Value stream 1: 1 000 GBP - 75 000 GBP painting and decorating

1) Short description

Decoration and re-decoration within new build and existing properties.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 45400000, 45440000, 45450000, 50800000, 71500000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 240 000 and 400 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

Lot No: 4

Lot title: Value stream 1: 1 000 GBP - 75 000 GBP flooring works

1) Short description

Laying of new floor coverings within new build and existing properties.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 45400000, 45430000, 45450000, 50800000, 71500000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 160 000 and 400 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

Lot No: 5

Lot title: Value stream 1: 1 000 GBP - 75 000 GBP CCTV/fire

alarms/security

1) Short description

Repairs, maintenance, refurbishment and installation of CCTV / fire alarm

and security materials and equipment.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 50600000, 50610000, 50700000, 50800000, 71500000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 160 000 and 400 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

5) Additional information about lots

Potential providers submitting responses for Lot 5 must be able to deliver

all of the works required for the project, either themselves or through

their supply chain.

Lot No: 6

Lot title: Value stream 1: 1 000 GBP - 75 000 GBP landscaping inc.

Play/sports

1) Short description

Hard and soft landscaping works including the supply and installation of

play / sports equipment.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 45120000, 45340000, 37535200, 50800000, 71421000, 71500000,

77200000, 77210000, 77300000, 77310000, 77320000, 77330000, 77340000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 160 000 and 400 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

5) Additional information about lots

Potential providers submitting responses for Lot 6 must be able to deliver

all of the works required for the project, either themselves or through

their supply chain.

Lot No: 7

Lot title: Value stream 1: 1 000 GBP - 74 999 GBP new

build/extensions/refurbishment/minor works

1) Short description

Repairs, maintenance, refurbishment and new building works of a minor

nature.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000,

45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000,

45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000,

45440000, 45450000, 45500000, 45510000, 45520000, 37535200, 50500000,

50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000,

50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71421000,

71500000, 71510000, 71520000, 77200000, 77210000, 77300000, 77310000,

77320000, 77330000, 77340000, 90440000, 90450000, 90460000, 90650000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 1 400 000 and 2 800 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

5) Additional information about lots

Potential providers submitting responses for Lot 7 must be able to deliver

all of the works required for the project, either themselves or through

their supply chain.

Lot No: 8

Lot title: Value stream 1: 1 000 GBP - 75 000 GBP asbestos removal

1) Short description

Removal, disposal and certification of notifiable and non-notifiable

asbestos containing materials.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual Lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 45110000, 45120000, 50800000, 71500000, 90650000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 240 000 and 600 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

Lot No: 9

Lot title: Value stream 2: 75 001 GBP - 500 000 GBP new

build/extensions/refurbishment works

1) Short description

Repairs, maintenance, refurbishment and new building works.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000,

45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000,

45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000,

45440000, 45450000, 45500000, 45520000, 45510000, 37535200, 50500000,

50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000,

50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71421000,

71500000, 71510000, 71520000, 77200000, 77210000, 77300000, 77310000,

77320000, 77330000, 77340000, 90440000, 90450000, 90460000, 90650000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 10 000 000 and 20 000 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

5) Additional information about lots

Potential Providers submitting responses for lot 9 must be able to deliver

all of the works required for the project, either themselves or through

their supply chain.

Lot No: 10

Lot title: Value stream 3: 1 000 GBP - 500 000 GBP demolition works

1) Short description

Demolition of existing structures including recycling and disposal of

arisings.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual Lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 45100000, 45110000, 45120000, 45340000, 45500000, 45510000,

45520000, 50800000, 71500000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 240 000 and 400 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

Lot No: 11

Lot title: Value stream 3: 1 000 GBP - 500 000 GBP heritage works

1) Short description

Repairs, maintenance, refurbishment and new building works to listed

heritage buildings.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

The Contracting Authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SME's). For the

avoidance of doubt, the Contracting Authority points out that no weight

will be attached to whether or not an economic operator is an SME in

selecting economic operators to submit tenders or in assessing the most

economically advantageous tender.

2) Common procurement vocabulary (CPV)

45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000,

[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Sandbach: construction work

PUBLISHED ON: 01/06/2012

DOCUMENT NUMBER: 172205-2012 Part 2 of 2

JOURNAL NUMBER: 103

SPECIFICATION DUE:

DEADLINE: 09/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 1 - Public works contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 3 - Submission for one or more lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000, 45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000, 45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000, 45440000, 45450000, 45500000, 45510000, 45520000, 37535200, 50500000, 50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000, 50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71421000, 71500000, 71510000, 71520000, 77200000, 77210000, 77300000, 77310000, 77320000, 77330000, 77340000, 90440000, 90450000, 90460000, 90650000, 92522000

Construction work, Site preparation work, Building demolition and wrecking work and earthmoving work, Test drilling and boring work, Works for complete or part construction and civil engineering work, Building construction work, Engineering works and construction works, Construction work for pipelines, communication and power lines, for, highways, roads, airfields and railways flatwork, Construction work for water projects, Construction works for plants, mining and manufacturing and for buildings, relating to the oil and gas industry, Roof works and other special trade construction works, Building installation work, Electrical installation work, Insulation work, Plumbing and sanitary works, Fencing, railing and safety equipment installation work, Mechanical installations, Building completion work, Plastering work, Joinery and carpentry installation work, Floor and wall covering work, Painting and glazing work, Other building completion work, Hire of construction and civil engineering machinery and equipment with, operator, Hire of cranes with operator, Hire of earthmoving equipment with operator, Playground equipment, Repair and maintenance services for pumps, valves, taps and metal, containers and machinery, Repair and maintenance services of pumps, valves, taps and metal, containers, Repair and maintenance services of machinery, Repair and maintenance services of security and defence materials, Repair and maintenance services of security equipment, Repair and maintenance services of building installations, Repair and maintenance services of electrical and mechanical building, installations, Repair and maintenance services of central heating, Commissioning of heating installations, Repair and maintenance services of cooler groups, Repair and maintenance services of escalators, Lift-maintenance services, Repair and maintenance of public conveniences, Miscellaneous repair and maintenance services, Landscape gardening services, Construction-related services, Site-investigation services, Construction supervision services, Forestry services, Logging services, Horticultural services, Planting and maintenance services of green areas, Sports fields maintenance services, Floral-display services, Tree pruning and hedge trimming, Treatment services of cesspools, Treatment services of septic tanks, Cesspool or septic tank emptying services, Asbestos removal services, Preservation services of historical sites and buildings

AGENCY: CHESHIRE EAST BOROUGH COUNCIL

COUNTRY: GB. LANGUAGE: EN

Part 2 of 2

45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000,

45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000,

45440000, 45450000, 45500000, 45510000, 45520000, 37535200, 50500000,

50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000,

50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71500000,

71510000, 71520000, 77200000, 77210000, 77300000, 77310000, 77320000,

77330000, 77340000, 90440000, 90450000, 90460000, 90650000, 92522000,

71421000

3) Quantity or scope

The contract will be for a period of 3 years with the option to extend for

up to a further 12 months (at the councils sole discretion). In the event

the contract is extended any extension shall be on the same terms and

conditions of contract as the original contract period.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

Estimated value excluding VAT:

Range: between 1 000 000 and 2 600 000 GBP

4) Indication about different date for duration of contract or

starting/completion

Duration in months: 36 (from the award of the contract)

5) Additional information about lots

Potential providers submitting responses for Lot 11 must be able to

deliver all of the works required for the project, either themselves or

through their supply chain.

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

As detailed in the documents - independent financial appraisals will be

used to assess companies financial standing.

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

As detailed in the ITT documents.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

No special legal form is required by the grouping of providers but each

provider will be required to become jointly or severally responsible for

the contract before acceptance.

In the case of consortium bids, the contracting authority reserves the

right to require any consortium the authority awards a contract to, if it

is justified for the satisfactory performance of the contract, to name a

lead partner with whom it can contract, or alternatively, to form a single

legal entity before entering into, or as a term of, the contract.

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: Any supplier may be disqualified who:

(a) Is bankrupt or is being wound up, where his affairs are being

administered by the court, where he has entered into an arrangement with

creditors, where he has suspended business activities or is in any

analogous situation arising from a similar procedure under national laws

and regulations;

(b) Is the subject of proceedings for a declaration of bankruptcy, for an

order compulsory winding up the administration by the court or of an

arrangement with creditors or of any other similar proceedings under

national laws and regulations;

(c) Has been convicted by a judgment which has the force of res judicata

in accordance with the legal provisions of the country of any offence

concerning his professional conduct;

(d) Has been guilty of grave professional misconduct proven by any means

which the contract authorities can demonstrate;

(e) Has not fulfilled obligations relating to the payment of social

security contributions in accordance with the legal provisions of the

country in which he is established or with those of the country of the

contracting authority;

(f) Has not fulfilled obligations relating to the payment of taxes in

accordance with the legal provisions of the country in which he is

established or with those of the country of the contracting authority;

(g) Is guilty of serious misrepresentation in supplying the information

required under this Section or has not supplied such information;

(h) Has been the subject of a conviction for participation in a criminal

organization, as defined in Article 2(1) of Council Joint Action

98/733/JHA;

(i) Has been the subject of a conviction for corruption, as defined in

Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council

Joint Action 98/742/JHA3 respectively;

(j) Has been the subject of a conviction for fraud within the meaning of

Article 1 of the Convention relating to the protection of the financial

interests of the European Communities;

(k) Has been the subject of a conviction for money laundering, as defined

in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of

the use of the financial system for the purpose of money laundering.

Information and formalities necessary for evaluating if requirements are

met:

As detailed in the PQQ documents.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: As detailed in the PQQ documents.

Minimum level(s) of standards possibly required: As detailed in the PQQ

documents.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

As detailed in the PQQ documents.

Minimum level(s) of standards possibly required:

As detailed in the PQQ documents.

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

Objective criteria for choosing the limited number of candidates: The

Council intends to invite the top scoring 10 applicants for each Lot to

ITT stage provided they have passed all pass/fail sections and achieved a

minimum score of 50 %.

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:

NWCE-8T9BVK

IV.3.4) Time limit for receipt of tenders or requests to participate

9.7.2012 - 12:00

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

Section VI: Complementary information

VI.3) Additional information

The Council intends to invite the top scoring 10 applicants for each Lot

to ITT stage provided they have passed all pass/fail sections and achieved

a minimum score of 50 %.

Call-offs from the framework will be conducted by reopening competition

with all operators within the individual Lot of the framework who are

capable of meeting the particular need.

The call-off criteria for the further competitions will be outlined in the

tender documents.

Any orders placed under this Framework will form a separate contract under

the scope of this framework.

In order to participate, suppliers must register, complete and upload

completed PQQ documentation and submit this via the Chest at

- the project reference on The Chest is

NWCE-8T9BVK - the time limit for returning the completed PQQ submission is

9.7.2012 at 12 noon.

The values given in this notice are only estimations and take into account

the extension option and are indicative of existing usage plus a

reasonable estimated value of potential future uptake.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period - any expenditure, work or effort

undertaken prior to contract award is accordingly a matter solely for the

commercial judgement of potential providers.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

The Royal Courts of Justice

The Strand

WC2A 2LL London

UNITED KINGDOM

Telephone: +44 2079476000

Body responsible for mediation procedures

The Royal Courts of Justice

The Strand

WC2A 2LL London

UNITED KINGDOM

Telephone: +44 2079476000

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: The Contracting

Authority will incorporate a minimum 10 calendar day standstill period (or

15 days where non-electronic or fax methods are used) at the point that an

award decision notice is communicated to tenderers. The award decision

notice wiLL SPEcify the criteria for the award of the contract / framework

agreement, the reasons for the decision, including the characteristics and

relative advantages, the name and score of the successful tender; and will

specify when the standstill period is expected to end or the date before

which the Contracting Authority will not conclude the contract/framework

agreement.

If an appeal regarding the award of a contract / framework agreement has

not been successfully resolved, the Public Contracts (Amendment)

Regulations 2009 provide for aggrieved parties who have been harmed or are

at risk of a breach of the rules to take action in the High Court

(England, Wales and Northern Ireland).

Any such action must be brought promptly (generally within 3 months). The

Court may order the setting aside of the award decision or may order the

Contracting Authority to amend any document and may award damages.

If a framework agreement has been entered into the Court may make a

declaration of ineffectiveness or may order that the duration of any

relevant specific contract be shortened and additionally may award

damages. The time limit for seeking such a declaration is generally 30

days from notification of the award (either by award decision notification

or contract award notice depending upon the circumstances) or otherwise 6

months.

VI.4.3) Service from which information about the lodging of appeals may

be obtained

The Royal Courts of Justice

The Strand

WC2A 2LL London

UNITED KINGDOM

Telephone: +44 2079476000

VI.5) Date of dispatch of this notice:

29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Stoke-on-Trent: slag, dross, ferrous waste and scrap

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168515-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE: 16/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 1 - Open procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

14630000

Slag, dross, ferrous waste and scrap

AGENCY: STOKE-ON-TRENT CITY COUNCIL

COUNTRY: GB. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Stoke-on-Trent City Council

Corporate Purchasing and Contracts Unit, Civic Centre, Floor 1, Glebe

Street

ST4 1HH Stoke-on-Trent

UNITED KINGDOM

Telephone: +44 17822323751

Fax: +44 1782232217

Internet address(es):

General address of the contracting authority: .uk

Address of the buyer profile: .uk

Electronic access to information: wmcoe.bravo.co.uk

Electronic submission of tenders and requests to participate:

wmcoe.bravo.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

Regional or local authority

I.3) Main activity

Environment

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:

Road sweeping waste collection, disposal and recycle service.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

NUTS code UKG23

II.1.3) Information about a public contract, a framework agreement or a

dynamic purchasing system (DPS)

The notice involves a public contract

II.1.5) Short description of the contract or purchase(s)

Slag, dross, ferrous waste and scrap. To provide a collection, disposal

and recycling service from the council's waste transfer station

(Weighbridge Site Depot) located at Cromer Road, Northwood,

Stoke-on-Trent. ST1 6QN of materials from the cleansing of footpaths and

roads.

II.1.6) Common procurement vocabulary (CPV)

14630000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

II.1.8) 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.2.2) Information about options

Options: no

II.2.3) Information about renewals

This contract is subject to renewal: yes

In the case of renewable supplies or service contracts, estimated

timeframe for subsequent contracts:

in months: 12 (from the award of the contract)

II.3) Duration of the contract or time limit for completion

Duration in months: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

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

Information and formalities necessary for evaluating if the requirements

are met: The Authority will apply all the offences listed in Article 45(1)

of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public

Contract Regulations (PCR) 2006 in the UK) and all of the professional

misconducts listed at Article 45(2) of Directive 2004/18/EC (see also

Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate

is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at

.

Candidates will be required to answer these questions as part of the

qualification process. For candidates who are registered overseas, you

will need to declare if you have any offences/misconduct under your own

countries laws, where these laws are equivalent to the Regulation 23

lists.

Candidates who have been convicted of any of the offences under Article

45(1) are ineligible and will not be selected to bid, unless there are

overriding requirements in the general interest for doing so.

Candidates who are guilty of any of the offences, circumstances or

misconduct under Article 45(2) may be excluded from being selected to bid

at the discretion of the Authority.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: (c) A statement of the undertaking's overall turnover and, where

appropriate, of turnover in the area covered by the contract for a maximum

of the last three financial years available, depending on the date on

which the undertaking was set up or the economic operator started trading,

as far as the information on these turnovers is available.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

(g) For public works contracts and public services contracts, and only in

appropriate cases, an indication of the environmental management measures

that the economic operator will be able to apply when performing the

contract.

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

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:

CR2012/309*

IV.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents

or descriptive document

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

16.7.2012 - 12:00

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

IV.3.8) 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: 2 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

The contracting authority considers that this contract may be suitable for

economic operators that are small or medium enterprises (SMEs). However,

any selection of tenderers will be based solely on the criteria set out

for the procurement, and the contract will be awarded on the basis of the

most economically advantageous tender. GO Reference:

GO-2012524-PRO-3948493.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

Stoke-on-Trent City Council

Corporate Purchasing and Contracts Unit, Civic Centre, Floor 1, Glebe

Street

ST4 1HH Stoke-on-Trent

UNITED KINGDOM

Telephone: +44 1782232375

Internet address: .uk

Body responsible for mediation procedures

Stoke-on-Trent City Council

Corporate Procurement, Civic Centre, Flor 1, Gleeb Street

ST4 1HH Stoke-on-Trent

UNITED KINGDOM

E-mail: debbie.cramphorn@.uk

Telephone: +44 1782232375

Internet address: .uk

Fax: +44 1782232375

VI.4.3) Service from which information about the lodging of appeals may

be obtained

Stoke-on-Trent City Council

Corporate Purchasing and Contracts Unit, Civic Centre, Floor 1, Glebe

Street

ST4 1HH Stoke-on-Trent

UNITED KINGDOM

Telephone: +44 1782232375

Fax: +44 1782232375

VI.5) Date of dispatch of this notice:

24.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Theale: clinical-waste disposal services

PUBLISHED ON: 01/06/2012

DOCUMENT NUMBER: 172745-2012

JOURNAL NUMBER: 103

SPECIFICATION DUE:

DEADLINE: 29/06/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 8 - Other

TYPE OF BID: 1 - Submission for all lots

CRITERIA: Z - new value

CPV CODE(S):

90524200, 90510000, 90524400, 90524100

Clinical-waste disposal services, Refuse disposal and treatment, Collection, transport and disposal of hospital waste, Clinical-waste collection services

AGENCY: BERKSHIRE HEALTHCARE NHS FOUNDATION TRUST

COUNTRY: GB. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Berkshire Healthcare NHS Foundation Trust

C/O Procurement Department, Berkshire Shared Services, Unit 7, Ely Road

For the attention of: Tim Shannon

RG7 4BQ Theale

UNITED KINGDOM

Telephone: +44 1189167965

E-mail: tim.shannon@berkshire.nhs.uk

Fax: +44 1189167972

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

Other: NHS Trust

I.3) Main activity

Health

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

Clinical waste collection & disposal/treatment services.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

Main site or location of works, place of delivery or of performance:

Berkshire, Buckinghamshire, & Oxfordshire.

NUTS code UKJ1

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 years: 3

Estimated total value of purchases for the entire duration of the

framework agreement

Estimated value excluding VAT: 8 100 000 GBP

II.1.5) Short description of the contract or purchase(s)

Medical waste services for community hospitals, GP surgery sites,

community pharmacies, and other NHS sites in Berkshire, Buckinghamshire,

and Oxfordshire. It covers the collection and disposal of: (1) clinical

and sharps waste; (2) sanitary waste; (3) confidential waste; and (4)

waste pharmaceuticals (including controlled drugs). This will include the

provision of consumables (clinical waste bags, sharps boxes etc.) to the

majority of sites (this element will not be split out of the framework).

Providers must be able to cover all these services (the framework will be

awarded to one provider).

The service will cover the following organisations or their successor

organisations (to whom the framework will be novated): Berkshire

Healthcare NHS Foundation Trust and via Thames Valley Primary care Agency

- Berkshire East PCT, Berkshire West PCT, Buckinghamshire PCT, Milton

Keynes PCT, and Oxfordshire PCT.

II.1.6) Common procurement vocabulary (CPV)

90524200, 90510000, 90524400, 90524100

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) 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.2.2) Information about options

Options: yes

Description of these options: An option to extend for a further 12 months.

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

We reserve the right to require deposits and guarantees.

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: To download a PQQ Register your company on the eSourcing portal

(this is only required once):

— Browse to the ESourcing Portal:

and click the link to

register,

— Accept the terms and conditions and click "Continue",

— Enter your correct business and user details,

— Note the username you chose and click "Save" when complete,

— You will shortly receive an e-mail with your unique password (please

keep secure).

Login to the portal with the username/password:

— Click the "PQQ/ITTs open to all suppliers" link (these are

pre-qualification questionnaires or tenders open to any registered

suppliers),

— Click on the relevant PQQ/ITT to access the content,

— Click the "Express Interest" button in the "Actions" box on the

left-hand side of the page.

This will move the PQQ into your My PQQ/My ITTs page (this is a secure

area reserved for your projects only),

— You can now access any of the attachments by clicking the "Settings and

Buyer Attachment" in the "Actions" box.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: See III.2.1.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

See III.2.1.

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 5: and maximum number 8

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:

BSS 0383

IV.3.4) Time limit for receipt of tenders or requests to participate

29.6.2012 - 10:00

IV.3.5) Date of dispatch of invitations to tender or to participate to

selected candidates

3.8.2012

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

Section VI: Complementary information

VI.3) Additional information

The Contracting Authority intends to use an eTendering system in this

procurement exercise and reserves the right to use a reverse auction.

VI.5) Date of dispatch of this notice:

29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Welwyn Garden City: refuse recycling services

PUBLISHED ON: 02/06/2012

DOCUMENT NUMBER: 173738-2012

JOURNAL NUMBER: 104

SPECIFICATION DUE: 13/07/2012

DEADLINE: 16/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 2 - Supply contract

PROCEDURE: 1 - Open procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 1 - Lowest price

CPV CODE(S):

90514000

Refuse recycling services

AGENCY: WELWYN HATFIELD BOROUGH COUNCIL

COUNTRY: GB. LANGUAGE: EN

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

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

Welwyn Hatfield Borough Council

The Campus

Contact point(s): Procurement

For the attention of: Andrew Harper

AL8 6AE Welwyn Garden City

UNITED KINGDOM

Telephone: +44 1707357371

E-mail: a.harper@.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

Regional or local authority

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: yes

Dacorum BC

Civic Centre, Marlowes

HP1 1HH Hemel Hempstead

UNITED KINGDOM

East Herts District Council

The Council Offices, Charringtons House

CM23 2ER Bishop's Stortford

UNITED KINGDOM

North Hertfordshire District Council

Council Office, Gernon Road

SG6 3JF Letchworth

UNITED KINGDOM

Stevenage Borough Council

Daneshii House, Danestrete

SG1 1HN Stevenage

UNITED KINGDOM

Hertfordshire County Council

County Hall, Pegs Lane

SG13 8DQ Hertford

UNITED KINGDOM

Chelmsford Borough Council

Duke Street

CM1 1JE Chelmsford

UNITED KINGDOM

Broxbourne Borough Council

Bishops' College, Churchgate

EN8 9XQ Cheshunt

UNITED KINGDOM

Hertsmere Borough Council

Civic Offices, Elstree Way

WD6 1WA Borehamwood

UNITED KINGDOM

St Albans City and District Council

Civic Centre, St Peters Street

AL1 3JE St Albans

UNITED KINGDOM

Watford Borough Council

Hempstead Road, Town Hall

WD17 3EX Watford

UNITED KINGDOM

Three Rivers District Council

Three Rivers House, Northway

WD3 1RL Rickmansworth

UNITED KINGDOM

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

Sale of Recovered Paper.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Supplies

A combination of these

NUTS code UKH23

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 years: 2

Estimated total value of purchases for the entire duration of the

framework agreement

Estimated value excluding VAT: 8 000 000 GBP

II.1.5) Short description of the contract or purchase(s)

Refuse recycling services. Sale of Recovered paper.

II.1.6) Common procurement vocabulary (CPV)

90514000

II.1.8) 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:

Welwyn Hatfield Borough Council (The Council) is acting as the Lead

Authority for the sale of Recovered Newspapers and Magazines from Councils

within the Hertfordshire Waste Partnership (HWP) and Chelmsford Borough

Council. The following Partners have guaranteed that all their recovered

Newspapers and Magazines will be sold through this contract,

1.1 Dacorum

1.2 East Herts

1.3 North Herts

1.4 Stevenage

1.5 Welwyn Hatfield

1.6 Herts County Council

1.7 Chelmsford Borough Council

In addition the following members of the HWP may also join the contract

during the initial term of the contract period (until 30th November 2014)

with one months notice, and will receive the same income as those

guaranteeing volume,

2.1 Broxbourne

2.2 Hertsmere BC

2.3 St Albans

2.4 Watford

2.5 Three Rivers

II.2.2) Information about options

Options: no

II.2.3) Information about renewals

This contract is subject to renewal: yes

Number of possible renewals: 2

In the case of renewable supplies or service contracts, estimated

timeframe for subsequent contracts:

in months: 12 (from the award of the contract)

II.3) Duration of the contract or time limit for completion

Starting 3.12.2012. Completion 30.11.2014

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

A 10 % performance bond or parent company guarantee will be required.

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

As contained within the tender documents.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

As contained within the tender documents.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes

Description of particular conditions: As contained within the tender

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: The Authority will apply all the offences listed in Article 45(1)

of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public

Contract Regulations (PCR) 2006 in the UK) and all of the professional

misconducts listed at Article 45(2) of Directive 2004/18/EC (see also

Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate

is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at

.

Candidates will be required to answer these questions as part of the

qualification process. For candidates who are registered overseas, you

will need to declare if you have any offences/misconduct under your own

countries laws, where these laws are equivalent to the Regulation 23

lists.

Candidates who have been convicted of any of the offences under Article

45(1) are ineligible and will not be selected to bid, unless there are

overriding requirements in the general interest for doing so.

Candidates who are guilty of any of the offences, circumstances or

misconduct under Article 45(2) may be excluded from being selected to bid

at the discretion of the Authority.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: (a) Appropriate statements from banks or, where appropriate,

evidence of relevant professional risk indemnity insurance

(b) The presentation of balance-sheets or extracts from the

balance-sheets, where publication of the balance-sheet is required under

the law of the country in which the economic operator is established

(c) A statement of the undertaking's overall turnover and, where

appropriate, of turnover in the area covered by the contract for a maximum

of the last three financial years available, depending on the date on

which the undertaking was set up or the economic operator started trading,

as far as the information on these turnovers is available

As contained within the tender documents.

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

IV.2) Award criteria

IV.2.1) Award criteria

Lowest price

IV.2.2) Information about electronic auction

An electronic auction will be used: yes

Additional information about electronic auction: The Auction will be run

by the Government Procurement Services. Full details will be included

within the tender documents.

IV.3) Administrative information

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: 13.7.2012 - 17:00

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

16.7.2012 - 12:00

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

in days: 90 (from the date stated for receipt of tender)

IV.3.8) Conditions for opening tenders

Date: 16.7.2012 - 17:00

Place:

Welwyn Garden City.

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: 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

Welwyn Hatfield Borough Council has moved to a new way of e-Tendering and

worked closely with the County, other Districts and Partners to create a

joint procurement website called Supply Hertfordshire. This website is

supported by BiP Solutions who provide a system called Delta-ets which is

the background platform to Supply Hertfordshire.

Step 1: Registering with Supply Hertfordshire.

To participate in this tender you will need to go into

and register, thereafter you will

be issued with a Username and Password. (If you have already registered

with Delta-ets or Supply Hertfordshire, please follow the link above where

you can log on using your existing username and password. If you have

registered and have forgotten your Username and Password, please click on

the forgotten password link below the log in box.) Please keep this

Username and Password secure, and do not pass it to any third parties.

Step 2: Completing your Tender.

To complete the Tender you will need to go into the Tenderbox area and

enter the Tender Access Code MBQG75S594 You will then need to download the

relevant Tender and complete. Please complete the information as fully as

possible.

Step 3: Uploading Your Completed PQQ.

Once you have completed your Tender you must then “upload” your completed

response in to the Tenderbox (Tender Access Code MBQG75S594) no later than

noon on Monday 16th July 2012.

Please make sure you have submitted your completed Tender to the correct

Tender Access Code, the Council will not be held accountable for any

errors made by a tenderer in submitting your completed Tender.

If you are experiencing problems, please contact the Delta helpdesk via

email at support@supplyhertfordshire. or call 0845 270 7050 Monday

to Friday 9am – 5pm for further assistance. GO Reference:

GO-2012531-PRO-3962333.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

Welwyn Hatfield Borough Council

The Campus

AL8 6AE Welwyn Garden City

UNITED KINGDOM

Telephone: +44 1707357371

VI.5) Date of dispatch of this notice:

31.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-West Malling: refuse recycling services

PUBLISHED ON: 02/06/2012

DOCUMENT NUMBER: 173953-2012

JOURNAL NUMBER: 104

SPECIFICATION DUE: 13/07/2012

DEADLINE: 13/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90514000

Refuse recycling services

AGENCY: TONBRIDGE & MALLING BOROUGH COUNCIL

COUNTRY: GB. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Tonbridge & Malling Borough Council

Gibson Building, Gibson Drive

Contact point(s): Procurement team at Dartford Borough Council

For the attention of: Procurement

ME19 4LZ West Malling

UNITED KINGDOM

Telephone: +44 1322343315

E-mail: procurement@.uk

Fax: +44 1322343958

Internet address(es):

General address of the contracting authority:

Electronic access to information:



Electronic submission of tenders and requests to participate:



Further information can be obtained from: Procurement Team at Dartford

Borough Council

Dartford Borough Council, Civic Centre, Home Gardens, Kent

Contact point(s): Procurement Team at Dartford Borough Council

For the attention of: The Procurement Team

DA1 1DR Dartford

UNITED KINGDOM

Telephone: +44 1322343315

E-mail: procurement@.uk

Fax: +44 1322343958

Internet address:

Specifications and additional documents (including documents for

competitive dialogue and a dynamic purchasing system) can be obtained

from: South East Business Portal

Dartford Borough Council, Civic Centre, Home Gardens, Kent

DA1 1DR Dartford

UNITED KINGDOM

E-mail: procurement@.uk

Internet address:

Tenders or requests to participate must be sent to: South East Business

Portal

Dartford Borough Council, Civic Centre, Home Gardens, Kent

DA1 1DR Dartford

UNITED KINGDOM

E-mail: procurement@.uk

Internet address:

I.2) Type of the contracting authority

Regional or local authority

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:

Recycling collection services 2013-19.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

Main site or location of works, place of delivery or of performance:

Throughout the borough of Tonbridge and Malling.

NUTS code UKJ

II.1.3) Information about a public contract, a framework agreement or a

dynamic purchasing system (DPS)

The notice involves a public contract

II.1.5) Short description of the contract or purchase(s)

The Council is looking for a single supplier to provide recycling

collection services from domestic premises throughout the borough of

Tonbridge and Malling comprising of a fortnightly kerbside collection of

plastic containers and glass bottles from domestic households and a

separate kitchen waste collection service on the other week on a

fortnightly basis. These services are required to bridge a gap in the

recycling services in the Council's existing refuse and recycling

collection contract.

II.1.6) Common procurement vocabulary (CPV)

90514000

II.1.8) 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:

TMBC collects refuse and recycling from approximately 49 700 properties

using an alternating weekly collection system. TMBC wishes to award a

contract for the provision of new kerbside recycling collections across

the whole of the borough. The new services are a fortnightly collection of

plastic containers and glass bottles and an additional fortnightly

collection of separate kitchen waste. TMBC intends to provide an

additional recycling box and two caddies for each residential property in

the borough. Provision has been made with Kent County Council, as the

Waste Disposal Authority, to dispose of kitchen waste at Blaise Farm

In-Vessel Composting Unit, West Malling. TMBC will require the successful

contractor to provide for the outletting of glass and plastic with income

from the sale of materials being kept by TMBC.

Estimated value excluding VAT: 3 000 000,00 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

Starting 8.4.2013. Completion 28.2.2019

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

A performance bond of ten percent (10 %) of the Annual Contract Sum may be

required to be put in place and maintained throughout the term of the

Contract by the successful Supplier.

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

Annual contract sum to be paid to the successful supplier in 12 equal

instalments in arrears as more fully described in the Conditions of

Contract.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

Joint and Several.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes

Description of particular conditions: The successful supplier shall have

in place, for the duration of the Contract to be awarded, public liability

and employers liability insurance to a minimum value of 10 000 000 GBP

each.

It will also undertake to have in place an accredited quality system which

complies with ISO 9001 2000 within 12 months of contract commencement.

The conditions of contract which will apply to the contract contain social

and environmental conditions for compliance with the Workforce Matters

Code and the Equality Act 2010.

The conditions of contract will be included with the invitation to tender.

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: Any supplier may be disqualified if they:

(a) Are bankrupt or are being wound up, or whose affairs are being

administered by the court, or who has entered into an arrangement with

creditors or who is in any analogous situation arising from a similar

procedure under national laws and regulations;

(b) Are the subject of proceedings for a declaration of bankruptcy, for an

order for compulsory winding up or administration by the court or for an

arrangement with creditors or are the subject of any similar proceedings

under national laws or regulation;

(c) Has been guilty of grave professional midconduct proven by any means

which the contracting authority can justify;

(d) Are guilty of serious misrepresentation in supplying the information

required under the provisions of the Directive or the criteria for

qualitative selection.

The supplier is required to fill in a pre-qualification questionnaire.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements

are met: Details are set out in the pre-qualification questionnaire and

include:

(a) A signed copy of the most recent audited accounts that cover the last

2 years for the supplier (not an extract).

(b) A statement of the Supplier's turnover, Profit and Loss and cash flow

position for the most recent full year of trading (or part year if the

full year details are not available) and an end period Balance Sheet where

this information is not available in an audited form at (a).

(c) Where the information at (b) cannot be provided, a statement of the

Supplier's cash flow forecast for the current year and a bank letter

outlining the current cash and credit facility position. Full set of

standards are set out in the pre-qualification questionnaire.

Minimum level(s) of standards possibly required: Suppliers must be able to

demonstrate financial stability.

Suppliers should also be able to demonstrate the availablity of financial

resources appropriate to such an undertaking allowing for its value and

duration.

They should be able to provide public and employers liability insurance at

10 000 000 GBP for each.

Full details of standard are set out in the pre qualification

questionnaire.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements

are met:

(a) Suppliers to provide a list of the principle service deliveries

effected in the last 3 years with the sums, date and recipients (public or

private) involved. In the case of public contracting authorities evidence

to be in the form of a certificate issued or countersigned by the

competent authority, in the case of private purchasers delivery to be

certified by the purchaser.

[(b) indication of the technicians or technical bodies involved whether or

not belonging directly to the Supplier's firm, especially those

responsible for quality control.].

[(c) certificates drawn up by official quality control institutes or

agencies of recognised competence attesting conformity to certain

specifications or standard of products clearly identified by reference to

specification or standards.].

(d) Suppliers will be required to dislose any formal enforcement action

for contravention of any Health and Safety legislation in the country in

which they are established during the last 3 years and to demonstrate

their commitment to Health and Safety.

Information requested will be as set out in pre-qualification

questionnaire.

Minimum level(s) of standards possibly required:

Information requested will be as set out in pre-qualification

questionnaire.

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

Restricted

IV.1.2) Limitations on the number of operators who will be invited to

tender or to participate

Envisaged minimum number 5: and maximum number 7

Objective criteria for choosing the limited number of candidates: As

stated in the pre-qualification questionnaire.

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:

DNWA-8UTGVN

IV.3.2) Previous publication(s) concerning the same contract

no

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: 13.7.2012 - 12:00

Payable documents: no

IV.3.4) Time limit for receipt of tenders or requests to participate

13.7.2012 - 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to

selected candidates

26.7.2012

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English.

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

Tonbridge and Malling Borough Council reserves the right not to award any

contract as a result of this notice and will not be responsible for the

costs of any suppliers who have requested to participate in the

procurement process or who have been invited to submit a tender.

All expressions of interest must be made via the South East Business

Portal - businessportal..uk.

The opportunity is listed under Dartford Borough Council who are managing

the procurement process on behalf of Tonbridge and Malling Borough

Council.

If you are not registered on the South East Business Portal you will need

to register to express your interest.

The link to access the PQQ will be sent via e-mail once you have expressed

your interest.

The deadline for expression of interest and completion of the PQQ is

12:00:00 Friday 13.7.2012.

The expected deadline for receipt of tenders for those who may be invited

to tender is currently 12:00:00 Thursday 6th September 2012. This date

will be confirmed in the invitation to tender which will be sent out to

those who are selected to tender.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

Royal Courts of Justice

Royal Courts of Justice The Strand

WC2A 2LL London

UNITED KINGDOM

Telephone: +44 2079476000

Body responsible for mediation procedures

Royal Courts of Justice

Royal Courts of Justice The Strand

WC2A 2LL London

UNITED KINGDOM

Telephone: +44 2079476000

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Tonbridge and

Malling Borough Council shall comply with the requirements.

Of regulations 29A and 32 of the Public Contracts Regulations 2006 as

amended.

To include the requirements of the Remedies Directive (2007/66/EC) when

notifying eonomic operators of the procurement outcome.

VI.4.3) Service from which information about the lodging of appeals may

be obtained

Office of Government Commerce

1 Horse Guards Road

SW1A 2HQ London

UNITED KINGDOM

Telephone: +44 8450004999

VI.5) Date of dispatch of this notice:

31.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: IRL-Dublin: refuse and waste related services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168463-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE: 06/07/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 1 - Open procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90500000

Refuse and waste related services

AGENCY: DEFENCE FORCES IRELAND

COUNTRY: IE. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Defence Forces Ireland

McKee Barracks, Blackhorse Ave.

Contact point(s): Accommodation & Barrack Services

For the attention of: Directorate of Engineering

Dublin 7

IRELAND

Telephone: +353 18042882

Internet address(es):

General address of the contracting authority: military.ie

Address of the buyer profile:



Further information can be obtained from: Defence Forces Ireland

McKee Barracks, Blackhorse Ave.

Contact point(s): Accommodation & Barrack Services

For the attention of: Directorate of Engineering

Dublin 7.

IRELAND

Telephone: +353 18042882

Internet address: military.ie

Specifications and additional documents (including documents for

competitive dialogue and a dynamic purchasing system) can be obtained

from: Defence Forces Ireland

McKee Barracks, Blackhorse Ave.

Contact point(s): Accommodation & Barrack Services

For the attention of: Directorate of Engineering

Dublin 7.

IRELAND

Telephone: +353 18042882

Internet address: military.ie

Tenders or requests to participate must be sent to: Defence Forces Ireland

McKee Barracks, Blackhorse Ave.

Contact point(s): Accommodation & Barrack Services

For the attention of: Directorate of Engineering

Dublin 7.

IRELAND

Telephone: +353 18042882

Internet address: military.ie

I.2) Type of the contracting authority

Ministry or any other national or federal authority, including their

regional or local sub-divisions

I.3) Main activity

Defence

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:

Supply of Waste Disposal Services to the Irish Defence Forces.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

Main site or location of works, place of delivery or of performance:

Country Wide.

NUTS code IE

II.1.3) Information about a public contract, a framework agreement or a

dynamic purchasing system (DPS)

The notice involves a public contract

II.1.5) Short description of the contract or purchase(s)

Supply Waste Disposal Services to various military installations

throughout the country.

Note: To register your interest in this notice and obtain any additional

information please visit the eTenders Web Site at

.

II.1.6) Common procurement vocabulary (CPV)

90500000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) 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:

As per RFT.

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: 24 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: no

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

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:

BS/TEN/12/011

IV.3.4) Time limit for receipt of tenders or requests to participate

6.7.2012 - 12:00

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

Duration in months: 2 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.3) Additional information

(ET Ref:435372).

VI.5) Date of dispatch of this notice:

24.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: IRL-Johnstown: architectural, construction, engineering and inspection services

PUBLISHED ON: 01/06/2012

DOCUMENT NUMBER: 172717-2012

JOURNAL NUMBER: 103

SPECIFICATION DUE:

DEADLINE: 28/06/2012

TYPE OF DOCUMENT: 3 - Invitation to tender

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: N - National or federal Agency/Office

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

71000000, 71313000

Architectural, construction, engineering and inspection services, Environmental engineering consultancy services

AGENCY: ENVIRONMENTAL PROTECTION AGENCY

COUNTRY: IE. LANGUAGE: EN

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Environmental Protection Agency

Headquarters, PO Box 3000 Wexford

Contact point(s): Castle Estate

For the attention of: Procurement Department

Johnstown

IRELAND

Telephone: +353 539160600

Fax: +353 539160699

Internet address(es):

General address of the contracting authority:

Address of the buyer profile:



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: Achilles Procurement

Services Ltd

1 Harmsworth, Greenmount Office Park

For the attention of: Kerdiffstown Procurement Administrator

Dublin 6W Harold's Cross

IRELAND

Telephone: +353 14020114

I.2) Type of the contracting authority

National or federal agency/office

I.3) Main activity

Environment

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:

Kerdiffstown landfill remediation project - environmental consultancy

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:

Kerdiffstown, Naas, Co. Kildare.

NUTS code IE022

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 years: 6

Justification for a framework agreement, the duration of which exceeds

four years: The strategic and ongoing nature of the Kerdiffstown

remediation project, coupled with the significance and likely duration of

the work involved, dictates that a framework agreement of 6 years is

justified in this instance.

Estimated total value of purchases for the entire duration of the

framework agreement

Estimated value excluding VAT:

Range: between 600 000 and 2 500 000 EUR

II.1.5) Short description of the contract or purchase(s)

The landfill and waste facility at Kerdiffstown has closed and is now

undergoing the early stages of a clean-up or "remediation" process. The

Environmental Protection Agency (EPA) is using powers under the Waste

Management Act 1996 (as amended) to restore the site and put in place

appropriate aftercare measures to prevent and limit pollution from the

materials on the site.

The site consisted of an extensive recycling facility, now partly

dismantled, an authorised lined landfill that had been partially filled

with waste and a large area in which substantial quantities of waste have

been deposited. The 30 hectare site is in a rural location and is bounded

by agricultural land, a golf course, a country estate, residential

properties and a minor road. Conditions on the site are hazardous and

strict safety measures will apply.

The Environmental Protection Agency wishes to engage in a competitive

process in order to establish a single-party framework agreement for the

provision of multi-disciplinary environmental consultancy team, comprising

the following individuals:

— Site / environmental engineer,

— Environmental engineer,

— Civil engineer,

— Waste advisor / waste specialist,

— Geotechnical engineer,

— Hydrologist,

— Hydrogeologist,

— Noise specialist,

— Air quality specialist,

— Waste advisor / waste specialist with certificate in waste management,

— Landscaping consultant,

— Archaeologist,

— Planning and environmental impact assessment specialist,

— PSDP.

Note: To register your interest in this notice and obtain any additional

information please visit the eTenders web site at:

.

II.1.6) Common procurement vocabulary (CPV)

71000000, 71313000

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) 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:

It is the Agency’s intention to establish a single-party framework

agreement of 6 years’ duration for the appointment of a multi-disciplinary

environmental consultancy team. The framework agreement will be

established on the basis of a competition for an initial contract, the

subject matter of which will be the site appraisal, identification of

remediation requirements- and proposal of three end uses for the

remediated site. All remaining technical support and environmental

monitoring requirements will fall under this framework agreement.

Estimated value excluding VAT:

Range: between 600 000 and 2 500 000 EUR

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: 72 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.2) Main financing conditions and payment arrangements and/or

reference to the relevant provisions governing them:

To be agreed with the successful framework member.

III.1.3) Legal form to be taken by the group of economic operators to

whom the contract is to be awarded:

A grouping, if successful, may be required to contract as a single entity

having joint and several liability but subject to the agreement of the

contracting parties. If it is proposed to sub-contract the delivery of any

portion of any contracts under the framework, it may be a condition of

award of contract that both the service provider and any proposed

sub-contractor enter simultaneously into a collateral warranty with the

contracting authority for the relevant portion of that contract.

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

Information and formalities necessary for evaluating if the requirements

are met: As per the qualification questionnaire, available to download

from .ie.

III.2.2) Economic and financial ability

Minimum level(s) of standards possibly required: As per the qualification

questionnaire, available to download from .ie.

III.2.3) Technical capacity

Minimum level(s) of standards possibly required:

As per the qualification questionnaire, available to download from

.ie.

III.3) Conditions specific to services contracts

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: yes

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 number of operators: 5

Objective criteria for choosing the limited number of candidates: As per

the qualification questionnaire available to download from

.ie.

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.3.4) Time limit for receipt of tenders or requests to participate

28.6.2012 - 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to

selected candidates

11.7.2012

IV.3.6) Language(s) in which tenders or requests to participate may be

drawn up

English. Irish.

Section VI: Complementary information

VI.3) Additional information

1) Interested parties must register their interest on the eTenders web

site (.ie) in order to be included on the mailing list for

clarifications. All information relating to attachments, including

clarifications and changes, will be published on the irish government

procurement opportunities portal (.ie)only. Registration

is free of charge. The contracting authority will not accept

responsibility for information relayed (or not relayed) via third parties.

2) This is the sole call for competition for this service.

3) The contracting authority will not be responsible for any costs,

charges or expenses incurred by candidates or tenderers.

4) Establishment of this framework will be subject to the approval of the

competent authorities.

5) It will be a condition of establishment that candidates and all

sub-contractors produce a valid tax clearance certificate from the irish

revenue commissioners as part of their application for participation in

the competition.

6) If for any reason it is not possible to admit to the framework

agreement the tenderers invited following the conclusion of this

competitive process, the contracting authority reserves the right to

invite the next highest scoring tenderers to join the framework agreement

as appropriate.

This shall be without prejudice to the right of the contracting authority

to cancel this competitive process and/or initiate a new contract award

procedure at its sole discretion.

7) At its absolute discretion, the contracting authority may elect to

terminate this procurement process, the framework agreements or any

contract awarded under the framework agreements at any time.

8) Please note in relation to all documents, that where reference is made

to a particular standard, make, source, process, trademark, type or

patent, that this is not to be regarded as a de facto requirement. In all

such cases it should be understood that such indications are to be treated

strictly and solely for reference purposes only, to which the words "or

equivalent" will always be appended.

9) Without prejudice to the principle of equal treatment, the contracting

authority is not obliged to engage in a clarification process in respect

of questionnaires with missing or incomplete information. Therefore,

candidates are advised to ensure that they return fully completed

questionnaires in order to avoid the risk of elimination from the

competition.

(ET Ref:437552).

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

High Court

Inns Quay

Dublin 7 Dublin

IRELAND

Internet address: courts.ie

Body responsible for mediation procedures

IRELAND

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Statutory

instrument no. 130 of 2010 (the irish remedies regulations) provides that

review procedures are available in the high court to a person who has or

has had an interest in obtaining the framework agreement (including the

reviewable public contract) and alleges that he or she has been harmed or

is at risk of being harmed by an infringement of the law in relation to

that framework agreement and reviewable public contract.

VI.4.3) Service from which information about the lodging of appeals may

be obtained

Please contact a legal advisor.

IRELAND

VI.5) Date of dispatch of this notice:

29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Bedford: refuse recycling services

PUBLISHED ON: 31/05/2012

DOCUMENT NUMBER: 170172-2012

JOURNAL NUMBER: 102

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 7 - Contract award

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 9 - Not applicable

CRITERIA: 1 - Lowest price

CPV CODE(S):

90514000

Refuse recycling services

AGENCY: BEDFORD BOROUGH COUNCIL

COUNTRY: GB. LANGUAGE: EN

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Bedford Borough Council

Borough Hall, Cauldwell Street

MK42 9AP Bedford

UNITED KINGDOM

E-mail: operational.procurement@.uk

Internet address(es):

General address of the contracting authority: .uk

Address of the buyer profile: .uk

I.2) Type of the contracting authority

Regional or local authority

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

Management and Operation of Household Waste Recycling Centres.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

NUTS code UKH22

II.1.4) Short description of the contract or purchase(s)

Refuse recycling services.

II.1.5) Common procurement vocabulary (CPV)

90514000

II.1.6) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Restricted

IV.2) Award criteria

IV.2.1) Award criteria

Lowest price

IV.2.2) Information about electronic auction

An electronic auction has been used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority

BBC049

IV.3.2) Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2011/S 176-289212 of 12.9.2011

Section V: Award of contract

Contract No: BBC049

V.1) Date of contract award decision:

16.4.2012

V.2) Information about offers

Number of offers received: 6

Number of offers received by electronic means: 6

V.3) Name and address of economic operator in favour of whom the contract

award decision has been taken

HW Martin Waste Ltd

Fordbridge Lane, Blackwell, Derbyshire

Alfreton

UNITED KINGDOM

Internet address: recycling

V.4) Information on value of contract

Total final value of the contract:

Value: 1 350 000 GBP

Excluding VAT

If annual or monthly value:

Number of years: 5

V.5) Information about subcontracting

The contract is likely to be sub-contracted: no

V.1) Date of contract award decision:

16.4.2012

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: no

VI.2) Additional information:

GO Reference: GO-2012528-PRO-3955833.

VI.3) Procedures for appeal

VI.3.1) Body responsible for appeal procedures

Bedford Borough Council

Borough Hall, Cauldwell Street

MK42 9AP Bedford

UNITED KINGDOM

E-mail: operational.procurement@.uk

Internet address: .uk

Body responsible for mediation procedures

Bedford Borough Council

Borough Hall, Cauldwell Street

MK42 9AP Bedford

UNITED KINGDOM

E-mail: operational'procurement@.uk

Internet address: .uk

VI.3.3) Service from which information about the lodging of appeals may

be obtained

Bedford Borough Council

Borough Hall, Cauldwell Street

MK42 9AP Bedford

UNITED KINGDOM

E-mail: operational.procurement@.uk

Internet address: .uk

VI.4) Date of dispatch of this notice:

28.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Bradford: conveyors

PUBLISHED ON: 01/06/2012

DOCUMENT NUMBER: 172123-2012

JOURNAL NUMBER: 103

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 7 - Contract award

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 4 - Negotiated procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

42417200, 45259000, 45259100

Conveyors, Repair and maintenance of plant, Wastewater-plant repair and maintenance work

AGENCY: YORKSHIRE WATER SERVICES LIMITED

COUNTRY: GB. LANGUAGE: EN

Contract award notice – utilities

Directive 2004/17/EC

Section I: Contracting entity

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

Yorkshire Water Services Limited

Midway, Halifax Rd

Contact point(s): Supply Chain

For the attention of: Peter Killeen

BD6 2LZ Bradford

UNITED KINGDOM

Telephone: +44 1274692962

E-mail: Peter.Killeen@yorkshirewater.co.uk

Internet address(es):

General address of the contracting entity: yorrkshirewater.co.uk

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

Repair and Maintenance of Conveyors.

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:

Yorkshire.

NUTS code UKE

II.1.3) Information about a framework agreement or a dynamic purchasing

system (DPS)

The notice involves the establishment of a framework agreement

II.1.4) Short description of the contract or purchase(s):

The provision of repair and maintenance services for conveyors throughout

the Yorkshire water geographic region.

II.1.5) Common procurement vocabulary (CPV)

42417200, 45259000, 45259100

II.1.6) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.2) Total final value of contract(s)

II.2.1) Total final value of contract(s)

Value: 400 000 GBP

Excluding VAT

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Negotiated with a call for competition

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender

IV.2.2) Information about electronic auction

An electronic auction will be used: no

IV.3) Administrative information

IV.3.2) Previous publication(s) concerning the same contract

no

Section V: Award of contract

V.1) Award and contract value

Contract No: 365

Lot No: 1 - Lot title: Repair and Maintenance of Conveyors.

V.1.1) Date of contract award decision:

25.5.2012

V.1.2) Information about offers

Number of offers received: 15

V.1.3) Name and address of economic operator in favour of whom the

contract award decision has been taken

Gillian and Baines Limited

Common Lane

WF11 8BN Knottingley

UNITED KINGDOM

Telephone: +44 1977672332

E-mail: info@gandb.co.uk

Fax: +44 1977677088

Internet address: gandb.co.uk

V.1.4) Information on value of contract

Initial estimated total value of the contract

Value: 400 000 GBP

Excluding VAT

Total final value of the contract

Value: 400 000 GBP

Excluding VAT

V.1.5) Information about subcontracting

The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: no

VI.4) Date of dispatch of this notice:

30.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Bradford: conveyors

PUBLISHED ON: 01/06/2012

DOCUMENT NUMBER: 172124-2012

JOURNAL NUMBER: 103

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 7 - Contract award

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 4 - Negotiated procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

42417200, 45259000, 45259100

Conveyors, Repair and maintenance of plant, Wastewater-plant repair and maintenance work

AGENCY: YORKSHIRE WATER SERVICES LIMITED

COUNTRY: GB. LANGUAGE: EN

Contract award notice – utilities

Directive 2004/17/EC

Section I: Contracting entity

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

Yorkshire Water Services Limited

Midway, halifax Rd

Contact point(s): Supply Chain

For the attention of: Peter Killeen

BD6 2LZ Bradford

UNITED KINGDOM

Telephone: +44 1274692962

E-mail: Peter.Killeen@yorkshirewater.co.uk

Internet address(es):

General address of the contracting entity: yorrkshirewater.co.uk

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

Repair and maintenance of conveyors.

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:

Yorkshire.

NUTS code UKE

II.1.3) Information about a framework agreement or a dynamic purchasing

system (DPS)

The notice involves the establishment of a framework agreement

II.1.4) Short description of the contract or purchase(s):

The provision of repair and maintenance services for conveyors throughout

the Yorkshire water geographic region.

II.1.5) Common procurement vocabulary (CPV)

42417200, 45259000, 45259100

II.1.6) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.2) Total final value of contract(s)

II.2.1) Total final value of contract(s)

Value: 400 000 GBP

Excluding VAT

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Negotiated with a call for competition

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender

IV.2.2) Information about electronic auction

An electronic auction will be used: no

IV.3) Administrative information

IV.3.2) Previous publication(s) concerning the same contract

no

Section V: Award of contract

V.1) Award and contract value

Contract No: 366

Lot No: 2 - Lot title: Repair and maintenance of conveyors.

V.1.1) Date of contract award decision:

25.5.2012

V.1.2) Information about offers

Number of offers received: 15

V.1.3) Name and address of economic operator in favour of whom the

contract award decision has been taken

SBT Engineering Services Limited

Atlantic Works, Empress Street

M16 9EN Manchester

UNITED KINGDOM

Telephone: +44 1618777755

Internet address: sbtengineering.co.uk/

V.1.4) Information on value of contract

Initial estimated total value of the contract

Value: 400 000 GBP

Excluding VAT

Total final value of the contract

Value: 400 000 GBP

Excluding VAT

V.1.5) Information about subcontracting

The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: no

VI.4) Date of dispatch of this notice:

30.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Bristol: facilities management services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 167503-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 7 - Contract award

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 6 - Body governed by public law

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

79993100, 79993000, 85144000, 48814200, 55500000, 55520000, 55523000, 39222000, 98311100, 98311000, 98311200, 85110000, 85111000, 85112000, 90524400, 15894220, 39518000, 85112100, 33198000, 79710000, 90500000, 60000000, 90513000, 90520000, 90524000, 90523000, 90524100, 90524200, 90524300, 42933000, 19231000, 39514000, 39512000, 98351000, 98351100, 90914000, 90911000, 90911100, 90911200, 90911300, 90900000, 90910000, 90919000, 90922000, 85142300, 79571000, 64122000, 48814000, 85120000, 79996100

Facilities management services, Building and facilities management services, Residential health facilities services, Patient-administration system, Canteen and catering services, Catering services, Catering services for other enterprises or other institutions, Catering supplies, Laundry-management services, Laundry-collection services, Laundry-operation services, Hospital and related services, Hospital services, Hospital support services, Collection, transport and disposal of hospital waste, Hospital meals, Hospital linen, Hospital-bedding services, Hospital paper articles, Security services, Refuse and waste related services, Transport services (excl. Waste transport), Non-hazardous refuse and waste treatment and disposal services, Radioactive-, toxic-, medical- and hazardous waste services, Medical waste services, Toxic waste disposal services except radioactive waste and contaminated, soil, Clinical-waste collection services, Clinical-waste disposal services, Removal services of biological waste, Vending machines, Linen, Toilet and kitchen linen, Bed linen, Car park management services, Car park services, Car park cleaning services, Accommodation, building and window cleaning services, Accommodation cleaning services, Building-cleaning services, Window-cleaning services, Cleaning and sanitation services, Cleaning services, Office, school and office equipment cleaning services, Pest-control services, Hygiene services, Mailing services, Internal office mail and messenger services, Medical information systems, Medical practice and related services, Records management

AGENCY: BRISTOL PRIMARY CARE TRUST

COUNTRY: GB. LANGUAGE: EN

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Bristol Primary Care Trust

South Plaza, Marlborough Street

Contact point(s): Bristol Community Health

For the attention of: Gemma Collings

BS1 3NX Bristol

UNITED KINGDOM

Telephone: +44 1179003413

E-mail: gemma.collings@briscomhealth.nhs.uk

Fax: +44 1179002587

Internet address(es):

General address of the contracting authority: bristol.nhs.uk

I.2) Type of the contracting authority

Body governed by public law

I.3) Main activity

Health

I.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting

authorities: yes

Univerity Hospitals Bristol NHS Foundation Trust

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract

South Bristol Community Hospital Soft FM Services.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 14: Building-cleaning services and property management

services

Main site or location of works, place of delivery or of performance: South

Bristol Community Hospital, Hengrove Park (Phase 1), Whitchurch Lane,

Whitchurch, Bristol, BS14 0TJ.

NUTS code UKK11

II.1.4) Short description of the contract or purchase(s)

The provision to South Bristol Community Hospital of 'Soft' facilities

management (FM) services to support the operation and objectives of the

hospital. Such services to include: Soft FM service co-ordination

(including CAFM system & helpdesk provision); cleaning; ward houskeeping;

vending; patient catering; retail catering; linen and laundry; portering;

security; car park management; waste management; pest control; feminine

hygiene, sanitary consumables; mail & messenger services; and medical

records management.

II.1.5) Common procurement vocabulary (CPV)

79993100, 79993000, 85144000, 48814200, 55500000, 55520000, 55523000,

39222000, 98311100, 98311000, 98311200, 85110000, 85111000, 85112000,

90524400, 15894220, 39518000, 85112100, 33198000, 79710000, 90500000,

60000000, 90513000, 90520000, 90524000, 90523000, 90524100, 90524200,

90524300, 90524400, 42933000, 19231000, 39518000, 39514000, 39512000,

19231000, 98351000, 98351100, 90914000, 90911000, 90911100, 90911200,

90911300, 90900000, 90910000, 90919000, 90922000, 85142300, 79571000,

64122000, 90524000, 48814000, 85120000, 79996100

II.1.6) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.2) Total final value of contract(s)

II.2.1) Total final value of contract(s)

Value: 1 670 000 GBP

Excluding VAT

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Restricted

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of

1. Support of primary purpose. Weighting 55

2. Governance. Weighting 15

3. Social sustainability. Weighting 15

4. Environmental sustainability. Weighting 15

IV.3) Administrative information

IV.3.2) Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2011/S 113-187440 of 15.6.2011

Section V: Award of contract

Lot title: Provision of Soft FM Services to South Bristol Community

Hospital.

V.1) Date of contract award decision:

30.3.2012

V.2) Information about offers

Number of offers received: 1

V.3) Name and address of economic operator in favour of whom the contract

award decision has been taken

Compass Group UK & Ireland Limited

Parkview, 82 Oxford Road

UB8 1UX Uxbridge

UNITED KINGDOM

V.4) Information on value of contract

Initial estimated total value of the contract:

Value: 1 670 000 GBP

Excluding VAT

Section VI: Complementary information

VI.2) Additional information:

(MT Ref:89222).

VI.4) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Crewe: refuse and waste related services

PUBLISHED ON: 31/05/2012

DOCUMENT NUMBER: 170112-2012

JOURNAL NUMBER: 102

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 7 - Contract award

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 1 - Open procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90500000, 90514000, 63120000, 63121100

Refuse and waste related services, Refuse recycling services, Storage and warehousing services, Storage services

AGENCY: CHESHIRE EAST BOROUGH COUNCIL

COUNTRY: GB. LANGUAGE: EN

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Cheshire East Borough Council

Corporate Procurement Unit, Emperor Court, Electra Way, Crewe Business

Park

For the attention of: Mr Steve Mellor

CW1 6ZQ Crewe

UNITED KINGDOM

Telephone: +44 1270686439

E-mail: steve.mellor@.uk

Internet address(es):

General address of the contracting authority: .uk

I.2) Type of the contracting authority

Regional or local authority

I.3) Main activity

General public services

Environment

Housing and community amenities

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

Bulking Facilities for Co-mingled Dry Recyclates.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

Main site or location of works, place of delivery or of performance:

Macclesfield or central Cheshire East Northern area - up to 4 miles North

or South and up to 8 miles West from the Council's existing depot at

Commercial Road, Macclesfield, Cheshire.

NUTS code UKD

II.1.4) Short description of the contract or purchase(s)

Cheshire East Borough Council is seeking Bulking Services for the receipt,

handling, storage and despatch of Co-mingled Dry Recyclates that are to be

collected by the Council’s Recycling Collection Service in the North of

the Borough. Approximately 22 000 tonnes of Co-mingled Dry Recyclates will

be delivered by the Council’s collection vehicles to the Contractor’s

premises over each Contract year as of 4.6.2012. With the Contractor’s

assistance, the Collector shall remove approximately the same quantity

each year from the Contractor’s premises.

II.1.5) Common procurement vocabulary (CPV)

90500000, 90514000, 63120000, 63121100

II.1.6) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.2) Total final value of contract(s)

II.2.1) Total final value of contract(s)

Value: 878 640 GBP

Excluding VAT

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of

1. Cost. Weighting 70

2. Quality. Weighting 30

IV.2.2) Information about electronic auction

An electronic auction has been used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority

NWCE-8RGFJF

IV.3.2) Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2012/S 47-077579 of 8.3.2012

Section V: Award of contract

Contract No: 1

Lot title: Bulking Facilities for Co-mingled Dry Recyclates.

V.1) Date of contract award decision:

28.5.2012

V.2) Information about offers

Number of offers received: 1

V.3) Name and address of economic operator in favour of whom the contract

award decision has been taken

Henshaws Envirocare Ltd

150 Moss Lane

SK11 7XF Macclesfield

UNITED KINGDOM

V.4) Information on value of contract

Total final value of the contract:

Value: 878 640 GBP

Excluding VAT

Section VI: Complementary information

VI.2) Additional information:

The Contract period is 4.6.2012–13.3.2014 (initial term) with a break

clause exercisable from June 2013 with1 months notice, and an option to

extend the initial term for further 6 month periods up to a total of 18

months following the initial term.

The values given in this notice are for the initial term.

The Authority gives no guarantee or warranty or makes any representation

as to the accuracy of any indicative volumes or as to the value of the

work during the contract period.

VI.3) Procedures for appeal

VI.3.1) Body responsible for appeal procedures

Royal Courts of Justice

The Strand

WC2A 2LL London

UNITED KINGDOM

Telephone: +44 2079476000

Body responsible for mediation procedures

Royal Courts of Justice

The Strand

WC2A 2LL London

UNITED KINGDOM

Telephone: +44 2079476000

VI.3.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: The Contracting

Authority incorporated a minimum10 calendar day standstill period (or 15

days where non-electronic or fax methods are used) at the point that an

award decision notice was communicated to tenderers. The award decision

notice specified the criteria for the award of the contract/framework

agreement, the reasons for the decision, including the characteristics and

relative advantages, the name and score of the successful tender; and

specified when the standstill period ended or the date before which the

contracting authority would not conclude the contract/framework agreement.

If an appeal regarding the award of a contract/framework agreement has not

been successfully resolved, the Public Contracts (Amendment) Regulations

2009 provide for aggrieved parties who have been harmed or are at risk of

a breach of the rules to take action in the High Court (England, Wales and

Northern Ireland).

Any such action must be brought promptly (generally within 3 months). The

Court may order the setting aside of the award decision or may order the

contracting authority to amend any document and may award damages.

If a framework agreement has been entered into the Court may make a

declaration of ineffectiveness or may order that the duration of any

relevant specific contract be shortened and additionally may award

damages. The time limit for seeking such a declaration is generally 30

days from notification of the award (either by award decision notification

or contract award notice depending upon the circumstances) or otherwise 6

months.

VI.3.3) Service from which information about the lodging of appeals may

be obtained

Royal Courts of Justice

The Strand

WC2A 2LL London

UNITED KINGDOM

Telephone: +44 2079476000

VI.4) Date of dispatch of this notice:

28.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Gateshead: refuse and waste related services

PUBLISHED ON: 31/05/2012

DOCUMENT NUMBER: 170246-2012

JOURNAL NUMBER: 102

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 7 - Contract award

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 1 - Open procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90500000

Refuse and waste related services

AGENCY: BOROUGH COUNCIL OF GATESHEAD

COUNTRY: GB. LANGUAGE: EN

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Borough Council of Gateshead

Gateshead Council, Legal & Corporate Services, Corporate Procurement, 1st

Floor Civic Centre, Regent Street

For the attention of: Shaun Naylor

NE8 1HH Gateshead

UNITED KINGDOM

Telephone: +44 1914335986

E-mail: shaunnaylor@.uk

Internet address(es):

General address of the contracting authority:

Address of the buyer profile:

I.2) Type of the contracting authority

Regional or local authority

I.3) Main activity

General public services

Environment

Economic and financial affairs

Housing and community amenities

Social protection

Recreation, culture and religion

Education

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

Collection and disposal of construction waste & the supply of type 1

recycled sub base.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

Main site or location of works, place of delivery or of performance:

Gateshead.

NUTS code UKC22

II.1.3) Information about a framework agreement or a dynamic purchasing

system (DPS)

The notice involves the establishment of a framework agreement

II.1.4) Short description of the contract or purchase(s)

The provision of a waste collection and disposal service. This service is

toinclude the collection and disposal of construction waste from Shearlegs

Road Waste Transfer Station, Cowen Road Depot and various building sites

located in the Borough of Gateshead. It is expected that most of thiswaste

will be recycled to support the delivery of the Council's waste recycling

targets and the objectives withinGateshead Vision 2030. The Council may

also purchase, as and when required, type 1 sub-base which hasbeen derived

from recycled construction waste.

II.1.5) Common procurement vocabulary (CPV)

90500000

II.1.6) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.2) Total final value of contract(s)

II.2.1) Total final value of contract(s)

Value: 440 000,00 GBP

Excluding VAT

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of

1. Price - collection and disposal of waste. Weighting 70

2. Price - recycled type 1 sub base. Weighting 10

3. Quality. Weighting 20

IV.2.2) Information about electronic auction

An electronic auction has been used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority

QTLE-8GRFZD

IV.3.2) Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2012/S 6-009129 of 11.1.2012

Section V: Award of contract

Contract No: QTLE-8GRFZD

Lot No: 1 - Lot title: Collection and disposal on construction waste &

supply of type 1 recycled sub base.

V.1) Date of contract award decision:

11.4.2012

V.2) Information about offers

Number of offers received: 6

Number of offers received by electronic means: 6

V.3) Name and address of economic operator in favour of whom the contract

award decision has been taken

Impetus Waste Management

Wynyard Park House Wynyard Park

TS22 5TB Wynyard

UNITED KINGDOM

V.4) Information on value of contract

Initial estimated total value of the contract:

Value: 520 000,00 GBP

Excluding VAT

Total final value of the contract:

Value: 440 000,00 GBP

V.5) Information about subcontracting

The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: no

VI.3) Procedures for appeal

VI.3.1) Body responsible for appeal procedures

The Borough Council of Gateshead

Civic Centre Regent Terrace

NE8 1HH Gateshead

UNITED KINGDOM

Telephone: +44 1914333000

Internet address: .uk

Fax: +44 1914333256

Body responsible for mediation procedures

The Borough Council of Gateshead

Civic Centre Regent Terrace

NE8 1HH Gateshead

UNITED KINGDOM

Telephone: +44 1914333000

Internet address: .uk

Fax: +44 1914333256

VI.4) Date of dispatch of this notice:

29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Glasgow: refuse and waste related services

PUBLISHED ON: 02/06/2012

DOCUMENT NUMBER: 173535-2012

JOURNAL NUMBER: 104

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 7 - Contract award

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 4 - Negotiated procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90500000

Refuse and waste related services

AGENCY: FIRST SCOTRAIL LIMITED

COUNTRY: GB. LANGUAGE: EN

Contract award notice – utilities

Directive 2004/17/EC

Section I: Contracting entity

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

First ScotRail Limited

Atrium Court, 50 Waterloo Street

Contact point(s): Purchasing

For the attention of: Jack Goodall

G2 6HQ Glasgow

UNITED KINGDOM

Telephone: +44 1413354129

E-mail: jack.goodall@

I.2) Main activity

Railway services

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

Waste management services.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

NUTS code UKM

II.1.4) Short description of the contract or purchase(s):

Provision of waste management services at various first ScotRail sites

including stations and engineering depots.

II.1.5) Common procurement vocabulary (CPV)

90500000

II.1.6) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

II.2) Total final value of contract(s)

II.2.1) Total final value of contract(s)

Value: 1 500 000 GBP

Excluding VAT

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Negotiated with a call for competition

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender

IV.2.2) Information about electronic auction

An electronic auction will be used: yes

Additional information about electronic auction:

IV.3) Administrative information

IV.3.2) Previous publication(s) concerning the same contract

Section V: Award of contract

V.1) Award and contract value

Contract No: First 003210

Lot title: Waste management services.

V.1.1) Date of contract award decision:

21.9.2011

V.1.2) Information about offers

Number of offers received: 3

Number of offers received by electronic means: 3

V.1.3) Name and address of economic operator in favour of whom the

contract award decision has been taken

William Tracey Group

49 Burnbrae Road

PA3 3BD Linwood

UNITED KINGDOM

V.1.4) Information on value of contract

Initial estimated total value of the contract

Value: 1 500 000 GBP

Excluding VAT

V.1.5) Information about subcontracting

The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: no

VI.4) Date of dispatch of this notice:

31.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-King's Lynn: refuse and waste related services

PUBLISHED ON: 31/05/2012

DOCUMENT NUMBER: 170328-2012

JOURNAL NUMBER: 102

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 7 - Contract award

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: C - Competitive dialogue

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90500000

Refuse and waste related services

AGENCY: BOROUGH COUNCIL OF KING'S LYNN & WEST NORFOLK

COUNTRY: GB. LANGUAGE: EN

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Borough Council of King's Lynn & West Norfolk

Kings Court, Chapel Street

For the attention of: Tony Hague

PE30 1EX King's Lynn

UNITED KINGDOM

Telephone: +44 1553616791

E-mail: procurementtenders@west-.uk

Internet address(es):

General address of the contracting authority:



Address of the buyer profile:

I.2) Type of the contracting authority

Regional or local authority

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

Residual waste recycling facility.

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

NUTS code UKH13

II.1.4) Short description of the contract or purchase(s)

Provision of a facility to process residual domestic and trade waste to

extract the maximum level of recycling.

II.1.5) Common procurement vocabulary (CPV)

90500000

II.1.6) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.2) Total final value of contract(s)

II.2.1) Total final value of contract(s)

Value: 0,00 GBP

Excluding VAT

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

competitive dialogue

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of

1. Price (full life cost of the contract). Weighting 51

2. Recycling rate. Weighting 13

3. Site development proposals. Weighting 10

4. Environmental impact. Weighting 9

5. Compliance with proximity principle. Weighting 7

6. Position of outputs on the waste hierachy. Weighting 5

7. Number of local jobs created. Weighting 5

IV.2.2) Information about electronic auction

An electronic auction has been used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority

BCKLWN10

IV.3.2) Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2011/S 232-376238 of 28.11.2011

Section V: Award of contract

V.3) Name and address of economic operator in favour of whom the contract

award decision has been taken

Failed Tender - No offers received

V.4) Information on value of contract

Total final value of the contract:

Value: 0,00 GBP

Excluding VAT

V.5) Information about subcontracting

The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: no

VI.4) Date of dispatch of this notice:

29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Nottingham: refuse and waste related services

PUBLISHED ON: 31/05/2012

DOCUMENT NUMBER: 169909-2012

JOURNAL NUMBER: 102

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 7 - Contract award

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 6 - Body governed by public law

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90500000, 34928480, 90514000

Refuse and waste related services, Waste and rubbish containers and bins, Refuse recycling services

AGENCY: NOTTINGHAM TRENT UNIVERSITY

COUNTRY: GB. LANGUAGE: EN

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Nottingham Trent University

60 Clarendon Street

Contact point(s): Estate and Resources Department

For the attention of: Cheryl Choong Lewis

NG1 5JD Nottingham

UNITED KINGDOM

Telephone: +44 1158484098

E-mail: cheryl.choonglewis@ntu.ac.uk

Fax: +44 1158484098

Internet address(es):

General address of the contracting authority:

Address of the buyer profile:

I.2) Type of the contracting authority

Body governed by public law

I.3) Main activity

Education

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

615/CCL - The supply of waste management services for Nottingham Trent

University

II.1.2) Type of contract and location of works, place of delivery or of

performance

Services

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

Main site or location of works, place of delivery or of performance:

Nottingham and South Nottingham.

NUTS code UKF14

II.1.4) Short description of the contract or purchase(s)

Nottingham Trent University is seeking a cost effective and efficient

waste management service, which complies with current and future

legislation, and supports its objectives to improve environmental

performance.

This agreement will cover the following:

Lot 1 - Food and general waste collection and disposal (including supply

WEEE compactor, WEEE disposal and skip hire).

In order to express an interest, please register your company details.

II.1.5) Common procurement vocabulary (CPV)

90500000, 34928480, 90514000

II.1.6) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.2) Total final value of contract(s)

II.2.1) Total final value of contract(s)

Value: 412 279 GBP

Excluding VAT

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Restricted

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of

1. Pricing Appendix A (25 % NTU lift schedule and 5 % skip hire schedule).

Weighting 30

2. Service requirement to supply and dispose of food and general waste

collection (including the supply of a mixed waste compactor, WEEE lockable

cages and WEEE disposal). Weighting 7

3. Service requirement to supply ad hoc skip hire for building waste.

Weighting 7

4. Service requirement to emptying and cleaning frequency for both

containers for the disposal waste for food, general, building waste and

WEEE waste. Weighting 5

5. Audit compliance, contract management and environmental management

information. Weighting 9

6. Sustainability. Weighting 20

7. Commercial arrangements. Weighting 5

8. Sub-contractor arrangements. Weighting 5

9. Health and safety compliance. Weighting 10

10. Events and sponsorships. Weighting 2

IV.2.2) Information about electronic auction

An electronic auction has been used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority

NTU/11/615/CCL

IV.3.2) Previous publication(s) concerning the same contract

no

Section V: Award of contract

Contract No: NTU/11/615/CCL

Lot No: 1 - Lot title: Framework contract for the supply waste management

services for Nottingham Trent University.

V.1) Date of contract award decision:

1.6.2012

V.2) Information about offers

Number of offers received: 20

V.3) Name and address of economic operator in favour of whom the contract

award decision has been taken

Wastecycle Limited

Enviro Building

NG4 2JT Private Road no.4

UNITED KINGDOM

E-mail: daniel.shearstone@wastecycle.co.uk

Telephone: +44 1159403111

V.4) Information on value of contract

Initial estimated total value of the contract:

Value: 412 279 GBP

Excluding VAT

If annual or monthly value:

Number of months: 48

V.5) Information about subcontracting

The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: no

VI.3) Procedures for appeal

VI.3.1) Body responsible for appeal procedures

Nottingham Trent University

60 Clarendon Street

NG1 5JD Nottingham

UNITED KINGDOM

E-mail: cheryl.choonglewis@ntu.ac.uk

Telephone: +44 1158484098

Internet address: ntu.ac.uk

Fax: +44 1158484098

VI.3.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: This authority

will incorporate a minimum 10 calendar day standstill period at the point

information on the award of the contract is communicated to tenderers.

This period allows unsuccessful tenderers to seek further debriefing from

the contracting authority before the contract is entered into. Applicants

have two working days from notification of the award decision to request

additional debriefing and that information has to be provided a minimum of

three working days before expiry of the standstill period. Such additional

information should be requested from the address in point I.1.

If an appeal regarding the award of a contract has not been successfully

resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide the

aggrieved parties who have been harmed or are at risk of harm by a breach

of the 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 settling aside of the award decision or order the authority to amend

any document and may award damages. If the contract has been entered into

the court may only award damages.

VI.3.3) Service from which information about the lodging of appeals may

be obtained

Nottingham Trent Univesity

60 Clarendon Street

NG1 5JD Nottingham

UNITED KINGDOM

E-mail: cheryl.choonglewis@ntu.ac.uk

Telephone: +44 1158484098

Internet address: ntu.ac.uk

Fax: +44 1158484098

VI.4) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Chelmsford: sewage, refuse, cleaning and environmental services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168391-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 0 - Prior Information Notice (Forecast)

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 9 - Not applicable

CRITERIA: 9 - Not applicable

CPV CODE(S):

90000000, 90500000, 90512000, 90513000, 90513100, 90513200, 90514000, 90510000, 90511000, 90511400, 90530000, 90533000, 90513500

Sewage, refuse, cleaning and environmental services, Refuse and waste related services, Refuse transport services, Non-hazardous refuse and waste treatment and disposal services, Household-refuse disposal services, Urban solid-refuse disposal services, Refuse recycling services, Refuse disposal and treatment, Refuse collection services, Paper collecting services, Operation of a refuse site, Waste-tip management services, Treatment and disposal of foul liquids

AGENCY: ESSEX COUNTY COUNCIL

COUNTRY: GB. LANGUAGE: EN

Prior information notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Essex County Council

County Hall, Market Road

For the attention of: Angela Dempsey

CM1 1LX Chelmsford

UNITED KINGDOM

Telephone: +44 8457430430

E-mail: corporate.procurement@.uk

Internet address(es):

General address of the contracting authority:

Further information can be obtained from: The above mentioned contact

point(s)

I.2) Type of the contracting authority

Regional or local authority

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: yes

Colchester Borough Council

33 Sheepen Road, Colchester, Essex

C03 3WG Colchester

UNITED KINGDOM

Epping Forest District Council

Civic Offices, High Street, Epping, Essex

CM16 4BZ Epping

UNITED KINGDOM

Maldon District Council

Princes Road, Maldon, Essex

CM9 5DL Maldon

UNITED KINGDOM

Chelmsford Borough Council

Civic Centre, Duke Street, Chelmsford, Essex

CM1 1JE Chelmsford

UNITED KINGDOM

Braintree District Council

Causeway House, Bocking End, Braintree, Essex

CM7 9HB Braintree

UNITED KINGDOM

Southend on Sea Borough Council

Civic Centre, Victoria Avenue

SS2 6ER Southend on Sea

UNITED KINGDOM

Basildon Borough Council

The Basildon Centre, St Martin's Square, Basildon, Essex

SS14 1DL Basildon

UNITED KINGDOM

Uttlesford District Council

Council Offices, London Road, Saffron Walden, Essex

CB11 4ER Saffron Walden

UNITED KINGDOM

Harlow District Council

Civic Centre, The Water Gardens, Harlow, Essex

CM20 1WG Harlow

UNITED KINGDOM

Tendring District Council

Town Hall, Station Road, Clacton on Sea, Essex

CO15 1SE Clacton on Sea

UNITED KINGDOM

Castle Point Borough Council

Kiln Road, Thundersley, Benfleet, Essex

SS17 1TF Benfleet

UNITED KINGDOM

Rochford District Council

South Street, Rochford, Essex

SS4 1BW Rochford

UNITED KINGDOM

Brentwood Borough Council

Town Hall, Ingrave Road, Brentwood, Essex

CM15 8AY Brentwood

UNITED KINGDOM

Section II.B: Object of the contract (Supplies or services)

II.1) Title attributed to the contract by the contracting authority:

Integrated Waste Handling (2209).

II.2) Type of contract and place of delivery or of performance

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

NUTS code UK

II.3) Information on framework agreement

The notice involves the establishment of a framework agreement: no

II.4) Short description of nature and quantity or value of supplies or

services:

Essex County Council is proposing to procure a contractor to run a

countywide, integrated waste handling contract. It plans to issue an OJEU

notice on or around the 16th July 2012, together with a Pre-Qualifying

Questionnaire (PQQ). Interested parties should register at

and review the Descriptive Document

available at .

The Contract will include:

a. The operation and maintenance of all 21 municipal Recycling Centres

(RCHW) within Essex

b. The commercial disposal arrangements for all materials collected at

Essex RCHWs, excluding residual waste and garden waste

c. The operation and maintenance of 5 Waste Transfer Stations (WTS)

currently being built within Essex

d. The operation of a licensed haulage fleet which will move:

i. Residual waste delivered to the WTSs by Waste Collection Authoritys

(WCA) on to the Authority landfill points or treatment facility(s);

ii. Treatment outputs from the planned MBT facility on to a landfill or

SRF energy facility as directed by ECC.

iii. Bio-waste delivered to the WTSs by WCAs on to treatment facility(s).

iv. RCHW residual waste from each RCHW to the MBT facility, either direct

or via WTSs with spare capacity.

v. Garden waste from the RCHWs to Authority-appointed ‘windrow’ treatment

facilities.

vi. RCHW materials to re-processors where the Contractor has entered into

an agreement to deliver such materials.

Lots

This contract is divided into lots: no

II.5) Common procurement vocabulary (CPV)

90000000, 90500000, 90512000, 90513000, 90513100, 90513200, 90514000,

90510000, 90511000, 90511400, 90530000, 90533000, 90513500

II.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

Section III: Legal, economic, financial and technical information

Section VI: Complementary information

VI.4) Date of dispatch of this notice:

23.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Durham: sewage, refuse, cleaning and environmental services

PUBLISHED ON: 01/06/2012

DOCUMENT NUMBER: 172643-2012

JOURNAL NUMBER: 103

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: 0 - Prior Information Notice (Forecast)

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 9 - Not applicable

REGULATION: 4 - European Union

AWARDING AUTHORITY: 3 - Regional or local authority

TYPE OF BID: 9 - Not applicable

CRITERIA: 9 - Not applicable

CPV CODE(S):

90000000, 90510000, 90513100, 90513200, 90514000, 90512000, 90530000, 90500000, 45222110, 45232470, 90533000, 60100000

Sewage, refuse, cleaning and environmental services, Refuse disposal and treatment, Household-refuse disposal services, Urban solid-refuse disposal services, Refuse recycling services, Refuse transport services, Operation of a refuse site, Refuse and waste related services, Waste disposal site construction work, Waste transfer station, Waste-tip management services, Road transport services

AGENCY: DURHAM COUNTY COUNCIL

COUNTRY: GB. LANGUAGE: EN

Prior information notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Durham County Council

Corporate Procurement, County Hall

For the attention of: Maria Earles

DH1 5UL Durham

UNITED KINGDOM

E-mail: maria.earles@.uk

Internet address(es):

General address of the contracting authority:

Further information can be obtained from: The above mentioned contact

point(s)

I.2) Type of the contracting authority

Regional or local authority

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.B: Object of the contract (Supplies or services)

II.1) Title attributed to the contract by the contracting authority:

Waste Transfer Station Services and Waste Haulage Services.

II.2) Type of contract and place of delivery or of performance

Service category No 16: Sewage and refuse disposal services; sanitation

and similar services

NUTS code UKC14

II.4) Short description of nature and quantity or value of supplies or

services:

The Council is further considering it's strategy to address future waste

management solutions within County Durham, particularly for the provision

of waste transfer station services and waste haulage services.

Lots

This contract is divided into lots: no

II.5) Common procurement vocabulary (CPV)

90000000, 90510000, 90513100, 90513200, 90514000, 90512000, 90530000,

90500000, 45222110, 45232470, 90533000, 60100000

II.8) Additional information:

This PIN is a Technical Dialogue PIN.

Further to a series of market engagement events in 2011, the Council is

further considering it's strategy to address future waste management

solutions within County Durham, particularly with regards to it's

operation, maintenance and management of it's waste transfer stations and

the associated haulage services.

An important requirement will be to enable the Council to meet the key

objectives and performance targets contained within the Waste Management

Strategy and therefore the Council is keen for Waste Industry

organisations, specifically those that have experience of operating,

managing and maintaining waste transfer stations and providing waste

haulage services.

We are currently conducting a procurement process for the treatment of

residual waste and therefore the delivery points for the acceptance of

residual waste are not yet known.

To assist the Council in it's decision of finding the most effective way

to operate it's waste transfer stations in the future, the Council is

seeking the views of waste transfer station operators and waste hauliers

and other interested parties.

To facilitate this process, the Council has developed a market engagement

process which will involve a series of individual sessions to be held on

the 14th and 15th June 2012. Potential expressers of interest will also be

able to ask any questions on an individual basis. These sessions must be

booked in advance by contacting wasteprogramme@.uk.

A briefing note providing further details of this market engagement event

and items for discussion at the individual sessions can be obtained by

emailing wasteprogramme@.uk. Places are limited to the

individual discussion sessions and so bookings must be made prior to 12th

June 2012.

This PIN is not part of any pre qualification or selection process. It is

intended as a communication engagement exercise only.

Section III: Legal, economic, financial and technical information

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: no

VI.3) Information on general regulatory framework

Relevant governmental Internet sites where information can be obtained

Tax legislation Http://.

Environmental protection legislation Http://.

Employment protection and working conditions Http://.

VI.4) Date of dispatch of this notice:

29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Antrim: paper collecting services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 166875-2012

JOURNAL NUMBER: 101

SPECIFICATION DUE: 14/03/2012

DEADLINE: 09/03/2012

TYPE OF DOCUMENT: 2 - Additional information (IC = AA changes and cancellations)

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 1 - Open procedure

REGULATION: 4 - European Union

AWARDING AUTHORITY: 6 - Body governed by public law

TYPE OF BID: 3 - Submission for one or more lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90511400, 90500000, 90524400, 90512000, 90514000

Paper collecting services, Refuse and waste related services, Collection, transport and disposal of hospital waste, Refuse transport services, Refuse recycling services

AGENCY: PROCUREMENT AND LOGISTICS SERVICE

COUNTRY: GB. LANGUAGE: EN

Procurement and Logistics Service, Bretten Hall, UNITED KINGDOM-BT41

2PXAntrim.

(Supplement to the Official Journal of the European Union, 26.1.2012,

2012/S 17-027253)Incomplete procedureThe contract has not been awarded.The

contract may be the object of a re-publication.

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Southall: accommodation, building and window cleaning services

PUBLISHED ON: 01/06/2012

DOCUMENT NUMBER: 171144-2012

JOURNAL NUMBER: 103

SPECIFICATION DUE:

DEADLINE: 07/10/2011

TYPE OF DOCUMENT: 2 - Additional information (IC = AA changes and cancellations)

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 2 - Restricted procedure

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority

TYPE OF BID: 1 - Submission for all lots

CRITERIA: 2 - The most economic tender

CPV CODE(S):

90911000, 90911200, 55520000, 98341120, 79710000, 63712400, 98351110, 71421000, 77314000, 98311200, 90920000, 90524200, 90524100, 90500000, 90922000, 90911300, 45259000, 45259300, 45261900, 45261920, 50000000

Accommodation, building and window cleaning services, Building-cleaning services, Catering services, Portering services, Security services, Parking services, Parking enforcement services, Landscape gardening services, Grounds maintenance services, Laundry-operation services, Facility related sanitation services, Clinical-waste disposal services, Clinical-waste collection services, Refuse and waste related services, Pest-control services, Window-cleaning services, Repair and maintenance of plant, Heating-plant repair and maintenance work, Roof repair and maintenance work, Roof maintenance work, Repair and maintenance services

AGENCY: WEST LONDON MENTAL HEALTH NHS TRUST

COUNTRY: GB. LANGUAGE: EN

West London Mental Health NHS trust, West London Mental Health NHS Trust,

Uxbridge Road, Supplies, attn: John Walker, UNITED KINGDOM-UB1

3EUSouthall. Tel. +44 1344754127. E-mail: John.Walker@wlmht.nhs.uk. Fax

+44 1344754431.

(Supplement to the Official Journal of the European Union, 10.9.2011,

2011/S 174-285997)Incomplete procedureThe awarding procedure has been

discontinued.

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Glasgow: agricultural, farming, fishing, forestry and related products

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168958-2012 Part 1 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 2 - Supply contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

03000000, 09000000, 14000000, 15000000, 16000000, 18000000, 19000000, 22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 37000000, 38000000, 39000000, 41000000, 42000000, 43000000, 44000000, 48000000

Agricultural, farming, fishing, forestry and related products, Petroleum products, fuel, electricity and other sources of energy, Mining, basic metals and related products, Food, beverages, tobacco and related products, Agricultural machinery, Clothing, footwear, luggage articles and accessories, Leather and textile fabrics, plastic and rubber materials, Printed matter and related products, Chemical products, Office and computing machinery, equipment and supplies except furniture, and software packages, Electrical machinery, apparatus, equipment and consumables lighting, Radio, television, communication, telecommunication and related equipment, Medical equipments, pharmaceuticals and personal care products, Transport equipment and auxiliary products to transportation, Security, fire-fighting, police and defence equipment, Musical instruments, sport goods, games, toys, handicraft, art materials, and accessories, Laboratory, optical and precision equipments (excl. glasses), Furniture (incl. office furniture), furnishings, domestic appliances, (excl. lighting) and cleaning products, Collected and purified water, Industrial machinery, Machinery for mining, quarrying, construction equipment, Construction structures and materials auxiliary products to construction, (except electric apparatus), Software package and information systems

AGENCY: SCOTTISH POWER PLC

COUNTRY: GB. LANGUAGE: EN

Part 1 of 2

Qualification system – utilities

Directive 2004/17/EC

This notice is a call for competition yes

Section I: Contracting entity

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

Scottish Power Plc

Cathcart Business Park, Spean Street

G44 4BE Glasgow

UNITED KINGDOM

Telephone: +44 1235838190

E-mail: scottish.power@

Internet address(es):

General address of the contracting entity:

Address of the buyer profile:

Electronic submission of tenders and requests to participate:



I.2) Main activity

Production, transport and distribution of gas and heat

Electricity

Exploration and extraction of gas and oil

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 qualification system

II.1) Title attributed to the contract by the contracting entity:

UVDB (Utlities Vendor Database).

II.2) Type of contract

Supplies

II.3) Description of the works, services or goods to be procured through

the qualification system:

This notice is to indicate that Scottish Power Plc will use the UVDB

system, which is managed by Achilles Information Limited, as a system for

the registration of suppliers, contractors and service providers (vendors)

for the purposes of awarding contracts of any value that are fully covered

by the EU procurement legislation and may use it for other contracts. This

notice represents a call for competition under the relevant legislation.

From 27.9.2011 When selecting suppliers to tender for contracts, for

certain types of contract it considers to represent a high risk to its

operations, Scottish Power Plc will require suppliers to be on the UVDB

and audited using the Achilles Verify supplier audit system. These types

of contract are indicated below, identified by Achilles code numbers.

Suppliers must ensure UVDB registration and completion of Verify audit

requirements to be considered for selection for tender lists for these

types of contracts.

This notice also includes Achilles code numbers for other contracts, where

Scottish Power Plc considers the risk to its operations as lower. In order

to be considered for selection for Medium Risk tender lists for these

types of contracts only UVDB registration is required initially and in

order to be considered for selection for Low Risk tender lists for these

types of below threshold contracts, only TSMS registration is required.

Low risk suppliers who wish to be considered for over threshold contracts

will be required to register on UVDB as well.

High Risk 1.1.35.

Fixtures & Fittings 1.2.6.

Ferric Sulphate 1.2.13.

Sodium Hydroxide 1.2.14.

Sodium Hypochlorite 1.2.17.

Sulphuric Acid 1.2.18.

Polyelectrolytes 1.2.21.

Laboratory Chemicals 1.2.23.

Hydrochloric Acid 1.2.27.

Hydrazine Hydrate 1.2.35.

Molten Sulphur 1.2.99.

Other Chemicals 1.3.2.

Protective Clothing 1.3.6.

Personal Protective Equipment 1.3.8.

First Aid Kits & Supplies 1.4.4.

Telecommunication Transmission Equipment 1.4.5.

Telemetry Equipment 1.4.6.

Scada & Telecontrol Equipment 1.4.8.

Microwave (incl. UHF Scanning) 1.4.9

Antennae/Aerial Masts 1.4.25.

Communication Tower Steel Structures 1.4.27.

Synchronising Equipment (incl. Interfacing Equipment) 1.4.28

Satellite Communications Equipment 1.4.29.

Radar Equipment 1.5.1.

Underground Mains & Service Cable - Below 1kV 1.5.2.

Underground Mains Cable - 1kV to 19kV 1.5.3.

Underground Mains Cable - 20kV to 99kV 1.5.4.

Underground Mains Cable - 100kV to 199 kV 1.5.5.

Underground Mains Cable - 200kV & Above 1.5.6.

Underground Cable Joints, Terminations & Jointing Materials - Below 1kV

1.5.7.

Underground Cable Joints, Terminations & Jointing Materials - 1kV to 19kV

1.5.8.

Underground Cable Joints, Terminations & Jointing Materials - 20kV to 99kV

1.5.9.

Underground Cable Joints, Terminations & Jointing Materials - 100kV to

199kV 1.5.10.

Underground Cable Joints, Terminations & Jointing Materials - 200kV &

Above 1.5.11.

General Wiring Cable 1.5.15.

Cable Accessories (excl. Ducting - use 1.18.17) 1.5.99

Other Cables (excl. Underground Marker Materials - use 1.01.18) 1.6.1

Covered Overhead Line Conductor 1.6.2.

Bare Overhead Line Conductor 1.6.4.

Conductor Fittings 1.6.5.

Helical Fittings 1.6.6.

Insulator Fittings 1.6.7.

Electrical Insulators - Porcelain 1.6.8.

Electrical Insulators - Glass 1.6.9.

Electrical Insulators - Polymeric 1.6.11.

Overhead Line Accessories 1.6.12.

Overhead Line Steelwork 1.6.13.

Overhead Line Poles 1.6.99.

Other Overhead Line Equipment & Accessories 1.7.2.

Transformers - Distribution Ground Mounted (2000kVA & Below) 1.7.3

Transformers - Distribution Pole Mounted (315kVA & Below) 1.7.4

Transformers - Generator 1.7.5.

Transformer Ancillary Equipment 1.7.20.

Transformers - Current 1.7.21.

Transformers - Voltage 1.7.24.

Substations - Unit/Composite 1.7.27.

Transformers - Primary (Below 10MVA) 1.7.28

Transformers - Primary (10MVA to 100MVA) 1.7.29

Transformers - Grid (Above 100MVA) 1.7.30

Tap Changing Equipment 1.7.31.

Transformer Bushings 1.7.32.

Quadrature Boosters 1.7.33.

Voltage Regulators 1.7.34.

Reactors 1.7.35.

Capacitors 1.7.99.

Other Transformers 1.8.5.

Distribution Boards (1kV & Below) 1.8.6

Earthing Equipment 1.8.7.

Electrical Motors 1.8.10.

Primary Cells, Batteries & Chargers 1.8.11.

Portable Power Supplies/Mobile Generators (excl. Fixed Generators - use

1.11.06) 1.8.13

Heating, Ventilation & Air Conditioning Equipment (excl. Power Station -

use 1.11.18) 1.8.14

Trace Heating Equipment 1.8.15.

Busbars & Support Structures 1.8.16.

Motor Control Centres & Spares 1.8.17.

Electronic Cards & Systems 1.8.18.

Programmable Logic Controllers (PLC's) 1.8.19

Lighting & Accessories (excl. Street Lighting) 1.8.20

Electrical/Electronic Components 1.8.21.

Control & Instrumentation Systems & Spares (excl. Nuclear - use 1.22.12)

1.8.22

Control & Instrumentation Automation Hardware 1.8.24.

Instrumentation & Associated Equipment (excl. Optical) 1.8.26

Detection/Monitoring Equipment (excl. Leak Detection - use 1.18.25) 1.8.99

Other Electrical, Control & Instrumentation Equipment 1.9.2.

Cut Outs 1.9.5.

Relays 1.9.9.

Fuses - Below 1kV 1.9.10.

Fuses - 1kV to 11kV 1.9.11.

Fuses - Above 11kV 1.9.12.

Surge Diverters/Arrestors 1.9.13.

Distribution Fuse Cabinets/Pillars 1.9.14.

Fault Passage Indicators 1.9.15.

Uninterruptible Power Supply (UPS) Systems 1.9.16.

Lightning Protection Equipment 1.9.17.

Control & Protection Cabinets/Cabins for Substations (38kV & Above) 1.9.99

Other Electrical Protection Equipment 1.10.1.

Electricity 1.10.2.

Natural Gas 1.10.10.

Solid Fuel 1.10.14.

Insulating Oils 1.10.15.

Lubricating Oils 1.10.24.

Greases 1.10.26.

Fuel Additives 1.10.27.

Mains Water (Potable) 1.10.28

Alternative/Emergency Water Supplies 1.11.1.

Industrial Hot Water Boilers (excl. Domestic Boilers - use 1.01.22) 1.11.2

Steam Boilers 1.11.3.

Boiler Ancillary Equipment 1.11.4.

Generators - Power Station 1.11.6.

Engines & Engine Spares (excl. Mobile Generators - use 1.08.11) 1.11.7

Cooling Systems & Spares 1.11.8.

Fuel & Oil Systems & Spares 1.11.9.

Feed Water Systems & Spares 1.11.10.

Turbines & Spares - Steam 1.11.11.

Solid Fuel Supply Systems & Spares 1.11.12.

Liquid Fuel Supply Systems & Spares 1.11.13.

Gas Fuel Supply Systems & Spares 1.11.14.

Ash/Residue Disposal Systems & Spares 1.11.15.

Combustion Air Systems & Spares 1.11.16.

Flue Gas Exhaust Systems & Spares 1.11.17.

Turbines & Spares - Gas 1.11.18.

Power Station Heating & Ventilation Equipment 1.11.19.

Wind Power Production Equipment 1.11.20.

Hydro-Electric Power Production Plant 1.11.21.

Bio Energy Production Equipment 1.11.22.

Wave Motion Power Production Equipment 1.11.23.

Combined Heat & Power (CHP) Plant 1.11.98.

Other Boilers & Boiler Spares 1.11.99.

Other Generation Plant & Equipment 1.13.1.

Bearings & Transmission Products 1.13.2.

Mechanical Seals & Gaskets 1.13.3.

Blowers, Exhausters & Fans 1.13.4.

Conveyor Systems incl. Belts 1.13.5.

Tanks & Covers (excl. Fuel - use 1.20.21) 1.13.7

Filters (excl. Car Filters - use 1.20.15) 1.13.16

Compressed Air/Gas Systems (incl. Fixed Compressors & Vessels) 1.13.17

Fire Fighting Equipment 1.13.24.

Oil & Gas Powered Motors 1.13.35.

Centrifuges 1.13.36.

Drive Belts, Chains & Couplings 1.13.37.

Cranes (Fixed Location) 1.13.40

Rubber Hoses & Couplings 1.13.41.

Lifting Gear, Winches & Other Lifting Equipment 1.13.42.

Overhead Gantries & Walkways 1.13.43.

Gas & Air Treatment Plant 1.13.44.

Lubrication Equipment 1.13.45.

Skid Units/Pressure Reduction Modules 1.13.99.

Other Mechanical Machinery, Equipment & Spares 1.14.1.

Pumps - Centrifugal 1.14.2.

Pumps - Submersible 1.14.3.

Pumps - Positive Displacement 1.14.5.

Pumps - Split Case 1.14.6.

Pumps - Double Disk 1.14.9.

Pumps - Washwater Pump Sets 1.14.10.

Pumps - Metering & Dosing 1.14.11.

Pumps - Borehole 1.14.12.

Pumps - Macerator 1.14.13.

Pumps - Peristaltic 1.14.14.

Pumps - Portable 1.14.15.

Pumps - Hydraulic 1.14.16.

Pumps - Screw 1.14.17.

Pumps - Axial 1.14.18.

Pumps - Vacuum 1.14.19.

Pumps - Progressing Cavity 1.14.99.

Other Pumps, Accessories & Spares 1.16.3.

Electricity Meters - Credit 1.16.4.

Electricity Meters - Prepayment 1.16.5.

Electricity Meters - Programmable 1.16.6.

Electrical Metering Control Devices 1.16.7.

Meter Accessories & Spares 1.16.8.

Meter Tokens & Cards 1.16.12.

Electrical Meters - Power Station/Grid 1.16.13.

Gas Meters - Credit 1.16.14.

Gas Meters - Prepayment 1.16.15.

Gas Meters - Electronic 1.16.16.

Governors, Regulators & Associated Equipment 1.16.18.

Prewired Meter Cabinets 1.16.19.

Meter Cabinets & Housings 1.16.99.

Other Meters & Associated Equipment 1.17.21.

Printing & Photographic Chemicals & Materials 1.19.1.

Valves - Air 1.19.2.

Valves - Gate/Sluice/Knife 1.19.3.

Valves - Hydrants 1.19.4.

Valves - Non-Return/Reflux/Check 1.19.5.

Valves - Penstock 1.19.7.

Valves - Needle/Globe 1.19.8.

Valves - Flap 1.19.9.

Valves - Butterfly 1.19.10.

Valves - Ball 1.19.11.

Valves - Diaphragm 1.19.12.

Valves - Pressure Control 1.19.15.

Valves - Solenoid 1.19.16.

Valves - Safety 1.19.17.

Actuators 1.19.18.

Valves - Float Operated 1.19.19.

Valves - Plug 1.19.99.

Other Valves, Actuators & Spares 1.20.16.

Boats & Marine Vessels 1.20.18.

Railway Equipment 1.20.19.

Passenger Loading Bridges 1.21.1.

Tools & Equipment - Cable Joiners 1.21.2.

Tools & Equipment - Overhead Line 1.21.16.

Weighing Equipment 1.21.17.

Laboratory Equipment 1.22.1.

Nuclear Gas Reactor & Core 1.22.2.

Nuclear Fuel Assembly 1.22.3.

Nuclear Gas Baffle 1.22.4.

Nuclear Gas Diagrid & Support Skirt 1.22.5.

Nuclear Shielding 1.22.6.

Nuclear Pressure Vessel & Liner 1.22.7.

Nuclear Gas Circulators 1.22.8.

Nuclear Control Rod & Assembly 1.22.9.

Nuclear Reactor Pumps 1.22.10.

Nuclear Fuel Route Equipment 1.22.11.

Nuclear In-Service Inspection Equipment 1.22.12.

Nuclear Island Control & Instrumentation Systems & Spares 1.22.13.

Nuclear Reactor Protection Systems & Spares 1.22.14.

Radioactive Waste Handling & Reprocessing Equipment 1.22.15.

Nuclear Primary Circuit Pipework, Vales & Penetrations 1.22.16.

Nuclear Sampling Systems 1.22.17.

Nuclear Cooling Water & Heat Removal Systems 1.22.18.

Nuclear Containment & Ventilation Systems 1.22.19.

Dosimetry Equipment & Control Systems 1.22.20.

Nuclear Fire Barrier & Containment Penetrations 1.22.21.

Nuclear Fuel Storage Racks & Equipment 1.22.22.

Nuclear Robotics/Remote Operations Equipment 1.22.23.

Nuclear Fuel 1.22.24.

PWR Pressure Vessel & Internals 1.22.25.

PWR Pressuriser & Pressure Control Systems 1.22.26.

PWR Steam Generator Plant 1.22.27.

PWR Chemical & Volume Control/Reactor Make-up Systems 1.22.28.

PWR Emergency Boration & Charging Systems 1.22.99.

Other Nuclear & Reactor Plant & Equipment 1.23.3.

Computer Hardware - Mainframes 1.24.1.

Switchgear - Indoor (Below 1kV) 1.24.2

Switchgear - Indoor (1kV to 19kV) 1.24.3

Switchgear - Indoor (20kV to 99kV) 1.24.4

Switchgear - Indoor (100kV to 199kV) 1.24.5

Switchgear - Indoor (200kV & Above) 1.24.6

Switchgear - Outdoor (Below 1kV) 1.24.7

Switchgear - Outdoor (1kV to 19kV) 1.24.8

Switchgear - Outdoor (20kV to 99kV) 1.24.9

Switchgear - Outdoor (100kV to 199kV) 1.24.10

Switchgear - Outdoor (200kV & Above) 1.24.11

Switchgear - Multi Motor 1.24.12.

Switchgear - Power Factor Correction 1.24.13.

Switchgear - Variable Speed/Soft Driven 1.24.14.

Switchgear - Direct Current (DC) 1.24.15

Switchgear Parts & Accessories 1.24.16.

Circuit Breakers 1.24.17.

Disconnectors 1.24.99.

Other Switchgear 1.26.1.

Propane 1.26.2.

Butane 1.26.3.

Oxygen 1.26.4.

Nitrogen 1.26.5.

Carbon Dioxide 1.26.6.

Sulphur Dioxide 1.26.7.

Sulphur Hexafluoride 1.26.8.

Argon Free Oxygen 1.26.9.

Hydrogen 1.26.10.

Methane 1.26.11.

Acetylene 1.26.12.

Helium 1.26.13.

Laboratory Gases 1.26.14.

Medical Gases 1.26.15.

Argon 1.26.16.

Argonshield 1.26.17.

Oxygen Free Nitrogen 1.26.99.

Other Industrial Gases 1.27.1.

Compressor Station/Aero Engines & Spares 1.27.2.

Compressor Station Plant & Spares 1.27.3.

Compressor Station Consumables 1.27.4.

Compressor Station Fire & Gas Equipment 1.27.5.

Compressor Station Safety & Test Equipment 1.27.6.

Compressor Station Emission Stacks 1.27.7.

Gas Holder Antifreeze Units 1.27.8.

Odorisation Equipment 1.27.9.

Water Bath Heaters 1.27.10.

Fogger/Gas Conditioning Units 1.27.11.

Integrated Gas Analytical Systems 1.27.12.

Gas Storage Plant & Equipment 1.27.99.

Other Gas Transmission/Distribution Plant & Equipment 1.28.0.

Substation Materials 1.28.1.

Hybrid GIS 275kV (includes integrated control systems) 1.28.2

Hybrid GIS 145kV (includes integrated control systems) 1.28.3

Dynamic Reactive Compensation and Voltage Support 1.28.4.

Comms Multiplexers 1.28.5.

PLC Terminal Equipment 1.28.6.

Insulators - Station Post 1.28.99.

Other Substation Materials 1.60.0.

AIRPORT EQUIPMENT 1.60.1.

Airport specific information systems 1.60.2.

Flight Information Displays (FIDS) (Screens with flight and gate

information) 1.60.3

Flight Management Systems (AODB) (to register passengers per airline and

invoice airlines) 1.60.4

Baggage Handling Systems (Insourced/Outsourced) 1.60.5

Passenger Queue Measurement Systems 1.61.0.

Airport Handling Equipment 1.61.1.

Baggage transportation equipment 1.61.2.

Baggage classification equipment 1.62.0.

Air Traffic Management Systems 1.62.1.

Communication systems (VHF-YHF, Tetra Systems) 1.62.2

Radars and surveillance systems 1.62.3.

Air navigation systems: ILS (Instrumental Landing Systems), NDB, VOR

1.62.4.

Meteorological equipment: IRVR Transmission meters, AMOs/RAMOS/SAMOS/FAMOS

1.63.0.

Airport Firefighting Equipment 1.63.1.

Firefighting vehicles - airside 2.40.6.

Facilities Management Services - IT 2.41.2.

Financial Consultancy 2.41.3.

IT Consultancy (excl. E-commerce - use 2.41.17) 2.41.4

Change Management Consultancy 2.41.5.

Energy Management Consultancy 2.41.6.

Estates & Property Consultancy 2.41.7.

Health & Safety Consultancy 2.41.8.

Procurement & Materials Management Consultancy 2.41.9.

Public Relations Consultancy 2.41.10.

Security Consultancy 2.41.11.

Telecommunications/Telemetry Consultancy 2.41.12.

Environmental Consultancy 2.41.13.

Quality Assurance Consultancy 2.41.14.

Personnel/Human Resources Consultancy 2.41.16.

Retail Consultancy 2.41.18.

Corporate Planning & Strategy Consulting 2.41.19.

Facilities Management Consultancy 2.41.21.

Fisheries Consultancy 2.41.22.

Risk Management Consultancy 2.41.23.

Value Management Consultancy 2.41.99.

Other Consultancy 2.44.6.

Hazardous Material Handling/Treatment/Disposal Services (incl. Asbestos)

2.44.8

Decontamination/Pollution Control Services 2.44.12.

Waste Management Services (excl. Radioactive - use 3.77.09) 2.45.6

Security Services 2.45.8.

Occupational Health Services 2.45.9.

Hygiene Services 2.45.26.

Wayleave Services 2.45.46.

Rescue and Emergency Medical Services 2.45.48.

CAP699 Competency Management 2.46.0.

Airport Operations - Technical Services (Airfield) 2.46.1

Wildlife / Bird Management 2.46.2.

Stand / Coaching Planning 2.46.3.

Slots Planning 2.46.4.

Ice Management / Weather Systems 2.46.5.

Marshalling 2.46.6.

Cargo Systems Management (Processing/Customs) 2.46.7

Auditing 2.47.0.

Airside Handling 2.47.1.

Handling Aircraft - Ramps 2.47.2.

Handling Passengers - PRM (People with Reduced Mobility) 3.70.15

Building/Office Maintenance & Refurbishment Services 3.70.17.

Fire Protection & Maintenance Services (excl. Substation - use 3.75.09)

3.70.18

Demolition & Clearance Work 3.70.20.

Roofing Services 3.70.25.

Foundation Services (incl. Piling) 3.70.26

Road Construction & Surfacing Services 3.70.27.

Rock Anchor Services 3.70.31.

General Building incl. Offices 3.70.32.

Security Equipment Installation & Maintenance 3.70.45.

Minor Civil Works 3.70.47.

Off-shore Structures 3.70.48.

Gas Drying Plant 3.70.49.

Gas Storage Plant Site Services 3.70.99.

Other Building, Civil Engineering & Associated Services 3.71.19.

Underground Cable Laying (incl. Excavation & Reinstatement) - Below 1kV

3.71.20.

Underground Cable Laying (incl. Excavation & Reinstatement) - 1kV to 19kV

3.71.21.

Underground Cable Laying (incl. Excavation & Reinstatement) - 20kV to 99kV

3.71.22.

Underground Cable Laying (incl. Excavation & Reinstatement) - 100kV to

199kV 3.71.23.

Underground Cable Laying (incl. Excavation & Reinstatement) - 200kV &

Above 3.71.24.

Underground Cable Jointing - Below 1kV 3.71.25.

Underground Cable Jointing - 1kV to 19kV 3.71.26.

Underground Cable Jointing - 20kV to 99kV 3.71.27.

Underground Cable Jointing - 100kV to 199kV 3.71.28.

Underground Cable Jointing - 200kV & Above 3.71.29.

Underground Cable Maintenance & Repair - Below 1kV 3.71.30.

Underground Cable Maintenance & Repair - 1kV to 19kV 3.71.31.

Underground Cable Maintenance & Repair - 20kV to 99kV 3.71.32.

Underground Cable Maintenance & Repair - 100kV to 199kV 3.71.33.

Underground Cable Maintenance & Repair - 200kV & Above 3.71.35.

Trenchless Cable Laying 3.71.36.

Street Lighting Connection 3.72.1.

Water Service Pipe Laying (incl. Excavation & Reinstatement) 3.72.2

Water Mains Pipe Laying (incl. Excavation & Reinstatement) 3.72.3

Sewer Pipe Laying (incl. Excavation & Reinstatement) 3.72.4

Marine/River Outfall 3.72.5.

Water Service Pipe Maintenance & Repair 3.72.6.

Water Mains Pipe Maintenance & Repair 3.72.7.

Sewer Pipe Maintenance & Repair 3.72.9.

Pipe Surveying Services 3.72.10.

Trenchless Pipe Laying (incl. Pipe Replacement) 3.72.11

Borehole & Well Drilling 3.72.13.

Pipework Fabrication & Installation 3.72.15.

Transmission Pipeline Services 3.72.18.

Heating Pipe Services 3.72.19.

Flexible Structures, Waterproof Lining Services 3.72.20.

Pipeline CCTV/Inspection Services 3.72.21.

Pipe Coating / Lining Services 3.72.22.

Sewer Jetting Services 3.72.23.

Gas Service Pipe Laying (incl. Excavation & Reinstatement) 3.72.24

Gas Mains Pipe Laying (incl. Excavation & Reinstatement) 3.72.25

Gas Service Pipe Maintenance & Repair 3.72.26.

Gas Mains Pipe Maintenance & Repair 3.72.27.

Sub-sea Pipe Laying 3.72.97.

Other Gas Pipe Services 3.72.98.

Other Water Pipe Services 3.72.99.

Other Pipe Services 3.73.1.

Boiler Services 3.73.2.

Engine Services 3.73.3.

Feed System Services 3.73.4.

Turbine Services 3.73.5.

Generator Services 3.73.6.

Fuel System Services 3.73.10.

Generation Operation & Maintenance Services 3.73.11.

Energy Supply Plant Installation & Operation Services 3.73.12.

Power Station - Combined Heat & Power Gas Turbine (CHP) 3.73.13

Power Station - Combined Cycle Gas Turbine (CCGT) 3.73.14

Power Station - Reciprocating Engine Combined Heat & Power 3.73.15.

Steam System Services 3.73.16.

Cooling Water System Services 3.73.17.

Bulk Storage Services 3.73.19.

Ash/Residue Disposal System Services 3.73.20.

Combustion Air System Services 3.73.21.

Flue Gas Exhaust System Services 3.73.22.

Power Station Heating & Ventilation Services 3.73.23.

Wind Farm Construction 3.73.24.

Wind Power Plant Services (excl. Construction) 3.73.25

Hydro-Electric Power Plant Construction 3.73.26.

Hydro-Electric Power Plant Services (excl. Construction) 3.73.27

Power Station - Conventional Thermal Power Plants 3.73.99.

Other Generation Services 3.74.15.

Helicopter/Air Transport Services (excl. Overhead Line Surveys - use

3.79.17) 3.74.16

Generator Hire (Non-system Use) 3.75.2

Substation Building Civil Services 3.75.3.

Protection & Control System Services 3.75.4.

Telecontrol Services 3.75.5.

Switchgear Services 3.75.6.

Transformer Services 3.75.7.

Substation Cabling Services 3.75.8.

Substation Plant Dismantling & Removal 3.75.9.

Substation Fire Protection Services 3.75.10.

Substation Plant Painting Services 3.75.11.

Substation Design - Transmission 3.75.12.

Substation Construction - Transmission 3.75.13.

Substation Design & Construction - Transmission 3.75.14.

Substation Turnkey - Transmission 3.75.15.

Substation Design - Distribution 3.75.16.

Substation Construction - Distribution 3.75.17.

Substation Design & Construction - Distribution 3.75.18.

Substation Turnkey - Distribution 3.75.19.

Substation General Maintenance 3.75.99.

Other Substation Services 3.76.1.

Technical Consultancy 3.76.2.

Planning Consultancy 3.76.3.

Electrical Consultancy - 11kV & Below 3.76.4.

Electrical Consultancy - 20kV to 99kV 3.76.5.

Electrical Consultancy - 100kV to 199kV 3.76.6.

Electrical Consultancy - 200kV & Above 3.76.7.

Mechanical Consultancy 3.76.8.

Structural Consultancy 3.76.12.

Tunnels Consultancy 3.76.15.

Topographical Consultancy 3.76.22.

Civil Engineering Consultancy 3.76.23.

Environmental Impact Surveys 3.76.99.

Other Engineering Consultancy 3.77.1.

Health Physics Services 3.77.2.

Reactor Physics Services 3.77.3.

Reactor Core Services 3.77.4.

Gas Circulator Services 3.77.5.

Control Rod & Assembly Services 3.77.6.

Fuel Route Services 3.77.7.

Nuclear Island Control & Instrumentation Services 3.77.8.

Nuclear Decommissioning 3.77.9.

Radioactive Waste Management Services 3.77.10.

Nuclear Fuel Services 3.77.11.

Nuclear Routine & Outage Plant Maintenance 3.77.12.

Nuclear Power Station Outage Management Services 3.77.13.

Nuclear Safety Case Preparation & Support Services 3.77.99.

Other Nuclear & Reactor Services 3.78.1.

Control & Instrumentation Services 3.78.2.

Electrical Inspection/Testing Services 3.78.3.

Mechanical Inspection/Testing Services 3.78.4.

Electrical Installation Services 3.78.5.

Mechanical Installation Services 3.78.17.

Gas Storage Plant Services 3.78.18.

Mechanical Maintenance and Repair Services 3.78.19.

Electrical Maintenance and Repair Services 3.78.99.

Other Mechanical, Electrical, Instrumentation, Control & Automation

Services 3.79.1.

Overhead Line Construction - Wood Pole (11kV & Below) 3.79.2

Overhead Line Construction - Wood Pole (20kV to 99kV) 3.79.3

Overhead Line Inspection, Maintenance & Repair - Wood Pole (11kV & Below)

3.79.4

Overhead Line Inspection, Maintenance & Repair - Wood Pole (20kV to 99kV)

3.79.5

Overhead Line Design - Tower (20kV to 99kV) 3.79.6

Overhead Line Design - Tower (100kV to 199kV) 3.79.7

Overhead Line Design - Tower (200kV & Above) 3.79.8

Overhead Line Construction - Tower (20kV to 99kV) 3.79.9

Overhead Line Construction - Tower (100kV to 199kV) 3.79.10

Overhead Line Construction - Tower (200kV & Above) 3.79.11

Overhead Line Design & Construction - Tower (20kV to 99kV) 3.79.12

Overhead Line Design & Construction - Tower (100kV to 199kV) 3.79.13

Overhead Line Design & Construction - Tower (200kV & Above) 3.79.14

Overhead Line Inspection, Maintenance & Repair - Tower (20kV to 99kV)

3.79.15

Overhead Line Inspection, Maintenance & Repair - Tower (100kV to 199kV)

3.79.16

Overhead Line Inspection, Maintenance & Repair - Tower (200kV & Above)

3.79.17

Overhead Line Services - Surveying 3.79.18.

Overhead Line Services - Tree Cutting 3.79.19.

Overhead Line Services - Tower Painting 3.79.20.

Overhead Line Services - Scaffolding (System Use) 3.79.21

Overhead Line Services - Wood Pole Installation 3.79.24.

Overhead Line Construction - Wood Pole (100kV to 199kV) 3.79.25

Overhead Line Inspection, Maintenance & Repair - Wood Pole (100kV to

199kV) 3.79.99

Other Overhead Line Services 3.80.2.

Electricity Meter Maintenance & Repair Services 3.80.3.

Gas Meter Maintenance & Repair Services 3.80.4.

Meter Installation & Removal Services 3.80.5.

Meter Operator Services 3.80.6.

Meter Calibration Services 3.80.7.

Meter Reading Services 3.80.99.

Other Meter & Associated Services 3.99.1.

Thermal Hydrolysis 3.99.11.

Diving Services 3.99.14.

Heat Treatment/Hardening Services 3.99.25.

Statutory Inspection Services/Safety Assessments 3.99.27.

Non-Destructive Testing Services 3.99.28.

Scaffolding Services (Non-system Use) 3.99.99

Other Engineering Services.

Medium Risk 1.1.7.

Paints & Varnishes 1.1.8.

Insulation Equipment & Materials 1.1.10.

Security Equipment 1.1.20.

Fasteners & Fixings 1.1.21.

Flood Defence/Landscaping Building Products 1.1.30.

Plumbing Equipment & Sundries 1.3.1.

Waterproof Clothing 1.4.1.

Telecommunications Equipment & Accessories (excl. PABX - use 1.04.23)

1.4.3

Voice Processing & Other Speech Related Products 1.4.7.

Mobile Radio Equipment 1.4.21.

ISDN Equipment 1.4.22.

C.L.A.S.S. Equipment 1.4.23

PABX Equipment 1.4.24.

Payphones & Spares 1.4.99.

Other Telecommunications Equipment 1.5.12.

Telecommunications Cable 1.5.13.

Fibre Optic Cable 1.5.14.

Fibre Optic Cable Accessories 1.5.19.

Link Boxes 1.6.14.

Stranded Wire Products 1.8.23.

Optical Instruments 1.10.18.

Fuel Oil 1.10.19.

Hydraulic Fluids 1.10.99.

Other Energy, Oils & Fuels 1.17.24.

Storage/Warehouse Equipment & Supplies 1.17.25.

Packaging Equipment & Supplies 1.17.80.

Recycling Supplies 1.17.81.

Recycling Equipment 1.18.1.

Pipes & Fittings - Fibre Cement 1.18.2.

Pipes & Fittings - Concrete 1.18.3.

Pipes & Fittings - Ductile Iron 1.18.4.

Pipes & Fittings - Copper 1.18.5.

Pipes & Fittings - Clay 1.18.6.

Pipes & Fittings - High Density Polyethylene (HDPE) 1.18.7

Pipes & Fittings - Medium Density Polyethylene (MDPE) 1.18.8

Pipes & Fittings - MOPVC 1.18.9.

Pipes & Fittings - PVC 1.18.10.

Pipes & Fittings - Steel 1.18.11.

Pipe Fittings - Clamps & Collars 1.18.12.

Pipe Fittings - Couplings & Flanged Adapters 1.18.13.

Pipe Fittings - Electrofusion Fittings 1.18.14.

Pipe Fittings - Gunmetal 1.18.15.

Pipe Fittings - Plastic 1.18.16.

Pipes & Fittings - Stainless Steel 1.18.17.

Ducting 1.18.18.

Water Flange Joint Sets 1.18.19.

Pipe Accessories, Consumables & Associated Supplies 1.18.20.

Surface Boxes & Chambers 1.18.25.

Leak Detection, Control & Repair Equipment/Materials 1.18.26.

Pipes & Fittings - GRP 1.18.27.

Standpipes 1.18.99.

Other Pipes 1.20.1.

Passenger Cars 1.20.2.

Vans - Car-derived 1.20.3.

Commercial Vehicles 1.20.6.

Specialist Vehicles, Tankers, Bodies & Trailers 1.20.7.

Tyres & Tubes 1.20.8.

Cable/Pipe Laying Plant 1.20.9.

Mobile Plant (excl. Mechanical Handling Plant - use 1.20.13) 1.20.10

Trenchless Equipment 1.20.11.

Access Platforms & Equipment 1.20.12.

Horticultural Equipment 1.20.13.

Cranes (Mobile) & Mechanical Handling Plant/Equipment 1.20.14.

Garage Equipment 1.20.15.

Vehicle/Mobile Plant Parts & Accessories 1.20.21.

Fuel Delivery, Storage and Dispensing Equipment 1.20.98.

Other Transport 1.20.99.

Other Mobile Plant 1.21.3.

Insulated Tools 1.21.6.

Power Tools (incl. Pneumatic/Hydraulic) 1.21.8

Test & Inspection Equipment 1.21.9.

Workshop Machinery & Equipment 1.21.10.

Industrial Cleaning Equipment 1.21.14.

Welding & Cutting Equipment (incl. Consumables) 1.21.15

Tools & Equipment - Pipeline 1.21.18.

Pollution Control Equipment 1.21.20.

Port/Marine Tools & Equipment 1.21.99.

Other Tools & Specialist Equipment 1.23.99.

Other Computer Equipment & Supplies 2.40.8.

Telecommunication Network Services 2.40.11.

IT Network Services 2.40.12.

Internet/Intranet Services 2.40.13.

Telecommunication Equipment & Associated Services 2.40.14.

Call Centre Services 2.40.15.

E-commerce Services 2.40.99

Other Telecommunication Services (excl. Line Construction, Maintenance &

Repair) 2.41.17

E-commerce Consultancy 2.41.20

Marketing & Advertising Consultancy 2.41.27.

Insurance Consultancy 2.41.28.

Corporate Social Responsibility Consultancy 2.42.16.

Insurance Brokerage 2.43.1.

Travel Agency Services 2.43.2.

Hotel/Accommodation Services 2.43.99.

Other Hotel, Travel & Catering Services 2.44.1.

Sewage/Sludge Disposal Services 2.44.3.

Refuse/General Waste Disposal Services 2.44.7.

Non-hazardous Disposal Services 2.44.10.

Recycling Services 2.44.11.

Waste Skip Hire 2.44.99.

Other Disposal Services 2.45.3.

Printing & Publication Services (excl. Pre-printed Stationery - use

1.17.13) 2.45.7

Training & Education Services - Functional 2.45.11.

Office & Depot Cleaning Services 2.45.14.

Market Research Services 2.45.15.

Postal & Mailing Services (excl. Courier Services - use 3.74.05) 2.45.19

Facilities Management (excl. IT - use 2.40.06) 2.45.28

Graphic & Media Design Services 2.45.31.

Marketing & Advertising Services 2.45.32.

Audit Services (excl. Financial - use 2.42.08) 2.45.33

Asset Management/Operation Services 2.45.99.

Other Business & Administrative Services 3.70.14.

Industrial Painting & Specialist Coating Services 3.70.16.

Grounds Care Maintenance 3.70.19.

Lift/Escalator Services 3.70.21.

Concrete Services 3.70.22.

Fencing Services 3.70.23.

Land Reinstatement Services 3.70.24.

Landscaping Services (incl. Earthworks) 3.70.33

Modular Structures 3.70.34.

Heating, Ventilation & Air Conditioning Services (excl. Power Station -

use 3.73.22) 3.70.35

Insulation Services 3.70.61.

Rope Access and Abseiling Services 3.71.99.

Other Underground Cable Services 3.74.1.

Vehicle Accident & Repair Services 3.74.3.

Vehicle Maintenance 3.74.8.

Mobile Plant Hire Services 3.74.10.

Mobile Plant Maintenance 3.74.13.

Vehicle Disposal Services 3.74.21.

Weighbridge Services 3.74.23.

Generator Hire (System Use) 3.76.14

Quantity Surveying 3.76.19.

Archaeological Consultancy & Surveys 3.76.21.

Architectural Services 3.76.25.

Pipeline Consultancy 3.76.27.

[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Glasgow: agricultural, farming, fishing, forestry and related products

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168958-2012 Part 2 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 2 - Supply contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

03000000, 09000000, 14000000, 15000000, 16000000, 18000000, 19000000, 22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 37000000, 38000000, 39000000, 41000000, 42000000, 43000000, 44000000, 48000000

Agricultural, farming, fishing, forestry and related products, Petroleum products, fuel, electricity and other sources of energy, Mining, basic metals and related products, Food, beverages, tobacco and related products, Agricultural machinery, Clothing, footwear, luggage articles and accessories, Leather and textile fabrics, plastic and rubber materials, Printed matter and related products, Chemical products, Office and computing machinery, equipment and supplies except furniture, and software packages, Electrical machinery, apparatus, equipment and consumables lighting, Radio, television, communication, telecommunication and related equipment, Medical equipments, pharmaceuticals and personal care products, Transport equipment and auxiliary products to transportation, Security, fire-fighting, police and defence equipment, Musical instruments, sport goods, games, toys, handicraft, art materials, and accessories, Laboratory, optical and precision equipments (excl. glasses), Furniture (incl. office furniture), furnishings, domestic appliances, (excl. lighting) and cleaning products, Collected and purified water, Industrial machinery, Machinery for mining, quarrying, construction equipment, Construction structures and materials auxiliary products to construction, (except electric apparatus), Software package and information systems

AGENCY: SCOTTISH POWER PLC

COUNTRY: GB. LANGUAGE: EN

Part 2 of 2

Geotechnical Site Investigation Services 3.78.8.

Compressed Air/Gas System Services 3.78.9.

Metal & Steel Fabrication Services 3.78.12.

Deplanting/Decommissioning Services 3.78.15.

Gas Network Plant Services 3.78.16.

Lighting Services 3.99.3.

Calibration Services (excl. Meter - use 3.80.06) 3.99.9

Tool, Instrument & Specialist Equipment Services 3.99.13.

Anti Corrosion & Cathodic Protection Services 3.99.19.

Joint Sealing Services 3.99.24.

Flood Defence Services 3.99.29.

Industrial Cleaning Services 3.99.31.

Welding Services 3.99.32.

Monitoring Services 3.99.33.

Laboratory Services 3.99.35.

Fisheries Services 3.99.36.

Salvaging Services.

Low Risk 1.1.1.

Sand 1.1.2.

Gravel 1.1.3.

Aggregate & Stone 1.1.4.

Reinstatement Products 1.1.5.

Concrete Ready Mixed 1.1.6.

Pre-Cast Building Products 1.1.9.

Mobile Accommodation Units (excl. Hire - use 3.74.29) 1.1.11

Enclosures & Kiosks (excl. Meter Housings - use 1.16.19) 1.1.12

Signs (excl. Road Signs - use 1.01.13) 1.1.13

Road Furniture 1.1.14.

Fencing 1.1.15.

Steel/Metal Materials (excl. Cables & Pipes) 1.1.16

Timber Materials (excl. Wood Poles - use 1.06.13) 1.1.17

Horticultural Products 1.1.18.

Underground Marker Materials 1.1.19.

Insulation/Plastic Tape 1.1.22.

Domestic Appliances 1.1.23.

Adhesives & Sealants - General 1.1.24.

Airport/Port Security Equipment 1.1.25.

Environmental/Reclaimed Building Products 1.1.26.

Prefabricated Buildings 1.1.27.

Industrial Consumables 1.1.28.

Off-shore Structure Equipment 1.1.98.

Other Quarry Products 1.1.99.

Other Building/Civil Products 1.2.1.

Aluminium Sulphate 1.2.2.

Activated Carbon 1.2.3.

Calcium Hydroxide 1.2.4.

Chlorine 1.2.5.

Ferric Chloride 1.2.7.

Hydrogen Peroxide 1.2.8.

Phosphoric Acid 1.2.9.

Poly Aluminium Chloride 1.2.10.

Potassium Permanganate 1.2.12.

Sodium Chloride 1.2.15.

Sodium Silicate 1.2.16.

Sodium Thiosulphate 1.2.19.

Trichloroethane 1.2.20.

Distilled Water 1.2.22.

Reagents/Buffer Solutions 1.2.24.

Ammonium Sulphate 1.2.25.

Sodium Carbonate 1.2.28.

Sodium Bicarbonate 1.2.29.

Sodium Bisulphite 1.2.30.

Hexafluorosilicic Acid 1.2.31.

Ferrous Sulphate 1.2.32.

Ferrous Chloride 1.2.33.

Calcium Nitrate 1.2.34.

Calcium Oxide 1.2.36.

Odourant - Mains Gas 1.2.37.

Ferric nitrate 1.2.38.

Aluminium Chloride 1.2.96.

Other Sodium-based Chemicals 1.2.97.

Other Calcium-based Chemicals 1.2.98.

Other Iron-based Chemicals 1.3.3.

Work Wear/Corporate Clothing 1.3.5.

Footwear (excl. Protective - use 1.03.06) 1.3.99

Other Clothing & Footwear 1.4.26.

Radio Clocks 1.5.16.

Control & Instrumentation Cable 1.5.17.

Control & Instrumentation Cable Accessories 1.5.18.

Solder 1.6.10.

Overhead Line Towers 1.8.25.

Photographic Equipment 1.8.27.

Evaporators, Refrigerators & Cryogenerators (excl. Air Conditioning - use

1.08.13) 1.8.28

Docking Guidance Systems 1.8.29.

Car Park Equipment & Systems 1.8.30.

Airfield Lighting 1.8.31.

Ticket Vending Machines 1.10.11.

Petrol 1.10.16.

Paraffin 1.10.17.

Heating Oils 1.10.23.

Degreasants & Solvents 1.10.25.

Biodegradable Oils 1.11.24.

Solar Power Production Equipment 1.16.1.

Water Meters (Encoded) 1.16.2

Water Meters (Non-Encoded) 1.17.1

Office Equipment (excl. Printers - use 1.23.04) 1.17.2

Office Furniture 1.17.3.

Office Stationery 1.17.4.

Office Furnishings & Fittings (excl. Furniture - use 1.17.02) 1.17.5

Audio & Visual Equipment & Accessories 1.17.7.

Drawing Office Equipment & Supplies 1.17.9.

Paper & Card 1.17.13.

Pre-Printed Stationery/Supplies 1.17.16.

Publications (Off-The-Shelf) 1.17.17

Paper Maps 1.17.18.

Janitorial Equipment & Supplies 1.17.22.

Catering Equipment 1.17.23.

Catering Supplies 1.17.26.

Security Printing 1.17.27.

Pre-Printed Plastic Cards 1.17.99.

Other Office Materials & Supplies 1.20.17.

Bicycles & Spares 1.20.20.

Baggage Trolleys 1.21.4.

Hand Tools (Non-Powered) 1.21.5

Tools & Equipment - Drilling 1.21.11.

Workshop Cleaning Consumables 1.21.13.

Abrasive Products 1.21.19.

Ladders 1.23.1.

Computer Hardware & Accessories - Workstations/Servers 1.23.2.

Computer Hardware & Accessories - Portable 1.23.4.

Computer Peripherals 1.23.5.

Network Equipment & Accessories 1.23.6.

Software Development Tools 1.23.7.

General Business Software (Off-The-Shelf) 1.23.8

Specialist Business Software (excl. Software Development - use 2.40.02)

1.23.9

Technical Software 1.23.10.

Utility Software 1.23.11.

Computer Consumables (excl. Laser/Inkjet Paper - use 1.17.09) 1.23.12

Computer Systems 1.25.1.

Digestors - Sewage & Sludge 1.25.2.

Macerators 1.25.3.

Odour Control Equipment 1.25.4.

Dewatering Equipment 1.25.5.

Waste Water Scrapers 1.25.6.

Screens & Associated Equipment 1.25.7.

Disinfection Equipment 1.25.8.

Dosing Plant 1.25.9.

Sulphinators 1.25.10.

Mixing Units 1.25.11.

Incineration Equipment 1.25.12.

Comminutor (Pulverization) Equipment 1.25.13.

Detritor (Grit Removal) Equipment 1.25.14.

Classifier Equipment 1.25.15.

Aeration Equipment 1.25.16.

Surge Suppression Equipment 1.25.99.

Other Water Treatment Plant 2.40.1.

Hardware Services 2.40.2.

Software Development Services 2.40.3.

Software Support Services 2.40.4.

IT Training 2.40.7.

Recruitment Services - IT 2.40.10.

Data Collection & Handling Services (excl. Meter Reading - use 3.80.07)

2.40.16

Escrow Services 2.40.17.

IT Disaster Recovery Services 2.40.98.

Other Computer Services 2.41.15.

Community Relations Consultancy 2.41.29.

Public Consultation Consultancy 2.42.1.

Banking Services 2.42.2.

Insurance Services 2.42.3.

Pension Funding Services 2.42.4.

Financial Leasing Services 2.42.5.

Cash Collection Services 2.42.6.

Accountancy Services 2.42.7.

Shareholder Services 2.42.8.

Financial Audit Services 2.42.9.

Debt Collection Services 2.42.10.

Claims Management Services 2.42.11.

Licensing Services 2.42.12.

Recruitment Services - Finance 2.42.13.

Auction Services 2.42.14.

Credit/Procurement Card Services 2.42.17.

Customer Acquisition Services 2.42.99.

Other Financial & Accountancy Services 2.43.3.

Catering Services (Offsite) 2.43.4

Catering Services (Onsite) 2.43.5

Vending Machine Services 2.44.2.

Scrap Disposal Services 2.44.4.

Sanitation Services 2.44.5.

Vermin Control Services 2.45.1.

Legal Services 2.45.2.

Photographic Services 2.45.4.

Public Relations Services 2.45.5.

Recruitment Services (excl. IT & Finance - use 2.40.07 & 2.42.12) 2.45.10

Conference/Event Management Services (incl. Entertainment) 2.45.12

Window Cleaning Services 2.45.13.

Laundry Services 2.45.16.

Real Estate Services 2.45.17.

Furniture Maintenance & Repair Services 2.45.18.

Office Equipment Services 2.45.20.

Meteorological Services 2.45.22.

Technical/Procedural Writing Services 2.45.23.

Subscription Services 2.45.25.

Removal/Relocation Services (excl. Storage Services - use 3.74.07) 2.45.27

Promotional/Corporate Goods 2.45.29.

Personnel/Human Resources Services 2.45.30.

Language Translation Services 2.45.35.

Plastic Card Fulfilment Services 2.45.36.

Training & Education Services - Personnel Related 2.45.47.

Sales Service 3.70.1.

Pumping Station - Clean Water 3.70.2.

Pumping Station - Waste Water 3.70.3.

Treatment Works - Waste Water 3.70.4.

Treatment Works - Clean Water 3.70.5.

Water Tower 3.70.6.

Reservoir/Dam/Weir/Lock 3.70.7.

Tunnelling & Shafts (incl. Penstocks) 3.70.8

Gas Storage Leaching 3.70.11.

Carpentry Services 3.70.12.

Plumbing Services 3.70.13.

Electrician Services 3.70.36.

Flood Defence Construction 3.70.37.

Carpark Construction 3.70.38.

Airport Construction 3.70.39.

Pipeline Construction 3.70.40.

Harbour & Marine Engineering Works 3.70.41.

Land Reclamation Works & Services 3.70.42.

Railway Construction 3.70.43.

Gas Transmission System Plant Construction 3.70.44.

Gas Transmission System Plant Repairs & Upgrades 3.70.46.

Bridge Construction 3.70.50.

Bridge Maintenance 3.71.16.

Subsea Cable Services 3.71.17.

Underground Telecommunication Cable Laying (incl. Excavation &

Reinstatement) 3.71.18

Underground Telecommunication Cable Maintenance & Repair 3.71.34.

Multi-utility Cable & Pipe Laying (incl. Excavation & Reinstatement)

3.73.28

Microgeneration Services 3.74.2.

Vehicle Bodybuilding 3.74.4.

Vehicle Recovery Services 3.74.5.

Courier Services 3.74.6.

Transportation Services 3.74.7.

Storage & Warehousing Services 3.74.9.

Mechanical Handling Equipment Maintenance (excl. Fixed Cranes - use

3.74.26) 3.74.11

Windscreen Replacement 3.74.12.

Vehicle Washing Services 3.74.14.

Vehicle Leasing & Hire Services 3.74.17.

Traffic Lights Hire 3.74.19.

Fleet Management Services 3.74.20.

Railway Track Maintenance 3.74.22.

Signing, Guarding & Lighting Services (NRSWA) 3.74.24

Tool Hire 3.74.25.

Boats/Marine Vessel Maintenance 3.74.26.

Fixed Crane Services 3.74.27.

Traffic Management Services 3.74.28.

Garage/Workshop Equipment Maintenance 3.74.29.

Mobile Accomodation Unit Hire 3.74.30.

Fuel Card Services 3.74.31.

Marine Equipment Maintenance & Repair Services (excl. Boats - use 3.74.25)

3.74.34

Haulage - low-loader (except Haulage - general - see 3.74.6) 3.74.98

Other Hire Services 3.74.99.

Other Transport & Storage Services 3.76.9.

Cathodic Protection Consultancy 3.76.10.

Hydrology & Hydrogeology Consultancy 3.76.11.

Process Consultancy 3.76.13.

Dams Consultancy 3.76.17.

Scientific Consultancy 3.76.18.

Surveying Services (excl. Overhead Line & Pipeline Surveying) 3.76.20

Control & Instrumentation Consultancy 3.76.24.

Hydraulic Modelling Consultancy 3.76.26.

Project Management Consultancy 3.76.28.

Cartography Services (incl. Section 105) 3.76.29

Airfield Consultancy 3.76.30.

Fire Consultancy 3.76.31.

Flood Defence Consultancy 3.76.32.

Harbour & Marine Consultancy 3.76.33.

Port Planning Services 3.76.34.

Gas Network Consultancy & Services 3.76.35.

Railway Consultancy 3.78.6.

Pump Services 3.78.7.

Valve Services 3.78.10.

Motor Rewind Services 3.78.11.

Machining Services 3.78.13.

Gas Appliance Services 3.78.14.

Water Treatment Plant Services 3.79.22.

Telecommunication Overhead Line Construction 3.79.23.

Telecommunication Overhead Line Maintenance & Repair 3.80.1.

Water Meter Maintenance & Repair Services 3.99.4.

Research & Development 3.99.5.

Testing & Analysis Services 3.99.12.

Agricultural & Land Drainage Services 3.99.23.

Dredging Services 3.99.34.

Canal & River Services (excl. River Defence - use 3.99.24) 3.99.37

Hydrographic Services 3.99.40.

Product Testing 3.99.41.

Machinery Testing 3.99.42.

Compliance and Assessing Services 3.99.43.

Ecology and Biodiversity.

II.4) Common procurement vocabulary (CPV)

03000000, 09000000, 14000000, 15000000, 16000000, 18000000, 19000000,

22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000,

35000000, 37000000, 38000000, 39000000, 41000000, 42000000, 43000000,

44000000, 48000000

II.5) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Qualification for the system:

Conditions to be fulfilled by economic operators in view of their

qualification: Conditions to be fulfilled by economic operators in view of

their qualification: The UVDB / Verify will be the first stage of

qualification and will either be used as the basis for tender selection or

may be supplemented by additional qualification criteria established by

Scottish Power Plc in specific product or service areas.

It should be noted that Scottish Power Plc reserves the right not to use

the UVDB for certain contracts where it deems it necessary. Where such

contracts are covered fully by the EU procurement legislation it will

instead publish a separate call for competition for that contract in the

Supplement to the Official Journal of the European Union.

Scottish Power Plc also reserves the right to use the UVDB / Verify in the

compilation of tender lists for contracts not covered fully by the EU

procurement legislation.

The UVDB system has led to savings to both economic operators (vendors)

and purchasers and ensures that vendors benefit from a reduced workload

whilst their applications are dealt with fairly and consistently by

subscribing utilities.

The administrative costs are being met by the subscribing utilities and

vendors. Vendors registering will therefore be required to make a

contribution of 515 GBP for up to 7 product codes, 640 GBP for 8 to 14

product codes, 815 GBP for 15 to 21 product codes and 1 015 GBP for 21 or

more product codes (plus VAT for UK applicants) annually towards these

costs which is payable prior to dispatch of registration material.

Suppliers or contractors who have already registered on the UVDB need not

reapply, but may wish to ensure that they are entered under all relevant

product or service categories. Where Verify is required they should ensure

that they have been audited to the appropriate Verify level as the content

and pricing structure depends on risk level. Verify Category A 260 GBP,

Verify Category B1 1 145 GBP, Verify Category B2 1 560 GBP and Verify

Category C 1 145 GBP. Please note that for factory audits under Verify

Category D, the prices may vary so please contact Achilles for a quote.

Means of access to the qualification system is on a permanent basis.

Methods according to which each of those conditions will be verified:

These will be described in the details of the scheme available from the

UVDB team.

Section V: Procedure

IV.1) Award criteria

IV.1.1) 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.1.2) Information about electronic auction

An electronic auction will be used: yes

Additional information about electronic auction:

IV.2) Administrative information

IV.2.1) File reference number attributed by the contracting entity:

Scottish Power Plc-QSN-Supplies-May-2012

IV.2.2) Duration of the qualification system

Indefinite duration

IV.2.3) Information about renewals

Renewal of the qualification system: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: yes

Reference to project(s) and/or programme(s): Some contracts may be

financed by EU Funds.

VI.3) Procedures for appeal

VI.3.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Subscribers

subject to the EU procurement legislation of England, Wales and Northern

Ireland will, where appropriate, incorporate a minimum 10 calendar day

standstill period (or 15 days if non electronic or fax methods used) at

the point that information on the award of the contract is communicated to

tenderers. If an appeal regarding the award of a contract has not been

successfully resolved then the Public Contracts Regulations 2006 provide

for aggrieved parties who have been harmed or are at risk of harm by a

breach of the rules to take action in the High Court (England, Wales and

Northern Ireland).

VI.4) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Glasgow: construction work

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168959-2012 Part 1 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 1 - Public works contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

45000000

Construction work

AGENCY: SCOTTISH POWER PLC

COUNTRY: GB. LANGUAGE: EN

Part 1 of 2

Qualification system – utilities

Directive 2004/17/EC

This notice is a call for competition yes

Section I: Contracting entity

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

Scottish Power Plc

Cathcart Business Park, Spean Street

G44 4BE Glasgow

UNITED KINGDOM

Telephone: +44 1235838190

E-mail: scottish.power@

Internet address(es):

General address of the contracting entity:

Address of the buyer profile:

Electronic submission of tenders and requests to participate:



I.2) Main activity

Production, transport and distribution of gas and heat

Electricity

Exploration and extraction of gas and oil

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 qualification system

II.1) Title attributed to the contract by the contracting entity:

UVDB (Utlities Vendor Database).

II.2) Type of contract

Works

II.3) Description of the works, services or goods to be procured through

the qualification system:

This notice is to indicate that Scottish Power Plc will use the.

UVDB system, which is managed by Achilles.

Information.

Limited, as a system for the registration of suppliers,

Contractors and.

Service providers (vendors) for the purposes of.

Awarding contracts of any.

Value that are fully covered by the EU procurement.

Legislation and may use.

It for other contracts. This notice represents a call for.

Competition.

Under the relevant legislation.

From 27th September 2011 When selecting suppliers.

To tender for contracts, for certain types of.

Contract it considers to represent a high risk to its.

Operations, Scottish Power Plc will require suppliers to be.

On the UVDB and audited using the Achilles Verify.

Supplier audit system. These types of contract are.

Indicated below, identified by Achilles code numbers.

Suppliers must ensure UVDB.

Registration and completion of Verify audit.

Requirements to be considered.

For selection for tender lists for these types of.

Contracts.

This notice also includes Achilles code numbers for.

Other.

Contracts, where Scottish Power Plc considers the risk to its.

Operations as lower. In.

Order to be considered for selection for Medium Risk.

Tender lists for these types of.

Contracts only UVDB registration is required initially.

And in order to be considered for selection for Low.

Risk tender lists for these types of below threshold.

Contracts, only TSMS registration is required. Low.

Risk suppliers who wish to be considered for over.

Threshold contracts will be required to register on.

UVDB as well.

High Risk.

1.1.35.

Fixtures & Fittings.

1.2.6.

Ferric Sulphate.

1.2.13.

Sodium Hydroxide.

1.2.14.

Sodium Hypochlorite.

1.2.17.

Sulphuric Acid.

1.2.18.

Polyelectrolytes.

1.2.21.

Laboratory Chemicals.

1.2.23.

Hydrochloric Acid.

1.2.27.

Hydrazine Hydrate.

1.2.35.

Molten Sulphur.

1.2.99.

Other Chemicals.

1.3.2.

Protective Clothing.

1.3.6.

Personal Protective Equipment.

1.3.8.

First Aid Kits & Supplies.

1.4.4.

Telecommunication Transmission Equipment.

1.4.5.

Telemetry Equipment.

1.4.6.

Scada & Telecontrol Equipment.

1.4.8.

Microwave (incl. UHF Scanning).

1.4.9.

Antennae/Aerial Masts.

1.4.25.

Communication Tower Steel Structures.

1.4.27.

Synchronising Equipment (incl. Interfacing Equipment).

1.4.28.

Satellite Communications Equipment.

1.4.29.

Radar Equipment.

1.5.1.

Underground Mains & Service Cable - Below 1kV.

1.5.2.

Underground Mains Cable - 1kV to 19kV.

1.5.3.

Underground Mains Cable - 20kV to 99kV.

1.5.4.

Underground Mains Cable - 100kV to 199 kV.

1.5.5.

Underground Mains Cable - 200kV & Above.

1.5.6.

Underground Cable Joints, Terminations & Jointing Materials - Below 1kV.

1.5.7.

Underground Cable Joints, Terminations & Jointing Materials - 1kV to 19kV.

1.5.8.

Underground Cable Joints, Terminations & Jointing Materials - 20kV to

99kV.

1.5.9.

Underground Cable Joints, Terminations & Jointing Materials - 100kV to

199kV.

1.5.10.

Underground Cable Joints, Terminations & Jointing Materials - 200kV &

Above.

1.5.11.

General Wiring Cable.

1.5.15.

Cable Accessories (excl. Ducting - use 1.18.17).

1.5.99.

Other Cables (excl. Underground Marker Materials - use 1.01.18).

1.6.1.

Covered Overhead Line Conductor.

1.6.2.

Bare Overhead Line Conductor.

1.6.4.

Conductor Fittings.

1.6.5.

Helical Fittings.

1.6.6.

Insulator Fittings.

1.6.7.

Electrical Insulators - Porcelain.

1.6.8.

Electrical Insulators - Glass.

1.6.9.

Electrical Insulators - Polymeric.

1.6.11.

Overhead Line Accessories.

1.6.12.

Overhead Line Steelwork.

1.6.13.

Overhead Line Poles.

1.6.99.

Other Overhead Line Equipment & Accessories.

1.7.2.

Transformers - Distribution Ground Mounted (2000kVA & Below).

1.7.3.

Transformers - Distribution Pole Mounted (315kVA & Below).

1.7.4.

Transformers - Generator.

1.7.5.

Transformer Ancillary Equipment.

1.7.20.

Transformers - Current.

1.7.21.

Transformers - Voltage.

1.7.24.

Substations - Unit/Composite.

1.7.27.

Transformers - Primary (Below 10MVA).

1.7.28.

Transformers - Primary (10MVA to 100MVA).

1.7.29.

Transformers - Grid (Above 100MVA).

1.7.30.

Tap Changing Equipment.

1.7.31.

Transformer Bushings.

1.7.32.

Quadrature Boosters.

1.7.33.

Voltage Regulators.

1.7.34.

Reactors.

1.7.35.

Capacitors.

1.7.99.

Other Transformers.

1.8.5.

Distribution Boards (1kV & Below).

1.8.6.

Earthing Equipment.

1.8.7.

Electrical Motors.

1.8.10.

Primary Cells, Batteries & Chargers.

1.8.11.

Portable Power Supplies/Mobile Generators (excl. Fixed Generators - use

1.11.06).

1.8.13.

Heating, Ventilation & Air Conditioning Equipment (excl. Power Station -

use 1.11.18).

1.8.14.

Trace Heating Equipment.

1.8.15.

Busbars & Support Structures.

1.8.16.

Motor Control Centres & Spares.

1.8.17.

Electronic Cards & Systems.

1.8.18.

Programmable Logic Controllers (PLC's).

1.8.19.

Lighting & Accessories (excl. Street Lighting).

1.8.20.

Electrical/Electronic Components.

1.8.21.

Control & Instrumentation Systems & Spares (excl. Nuclear - use 1.22.12).

1.8.22.

Control & Instrumentation Automation Hardware.

1.8.24.

Instrumentation & Associated Equipment (excl. Optical).

1.8.26.

Detection/Monitoring Equipment (excl. Leak Detection - use 1.18.25).

1.8.99.

Other Electrical, Control & Instrumentation Equipment.

1.9.2.

Cut Outs.

1.9.5.

Relays.

1.9.9.

Fuses - Below 1kV.

1.9.10.

Fuses - 1kV to 11kV.

1.9.11.

Fuses - Above 11kV.

1.9.12.

Surge Diverters/Arrestors.

1.9.13.

Distribution Fuse Cabinets/Pillars.

1.9.14.

Fault Passage Indicators.

1.9.15.

Uninterruptible Power Supply (UPS) Systems.

1.9.16.

Lightning Protection Equipment.

1.9.17.

Control & Protection Cabinets/Cabins for Substations (38kV & Above).

1.9.99.

Other Electrical Protection Equipment.

1.10.1.

Electricity.

1.10.2.

Natural Gas.

1.10.10.

Solid Fuel.

1.10.14.

Insulating Oils.

1.10.15.

Lubricating Oils.

1.10.24.

Greases.

1.10.26.

Fuel Additives.

1.10.27.

Mains Water (Potable).

1.10.28.

Alternative/Emergency Water Supplies.

1.11.1.

Industrial Hot Water Boilers (excl. Domestic Boilers - use 1.01.22).

1.11.2.

Steam Boilers.

1.11.3.

Boiler Ancillary Equipment.

1.11.4.

Generators - Power Station.

1.11.6.

Engines & Engine Spares (excl. Mobile Generators - use 1.08.11).

1.11.7.

Cooling Systems & Spares.

1.11.8.

Fuel & Oil Systems & Spares.

1.11.9.

Feed Water Systems & Spares.

1.11.10.

Turbines & Spares - Steam.

1.11.11.

Solid Fuel Supply Systems & Spares.

1.11.12.

Liquid Fuel Supply Systems & Spares.

1.11.13.

Gas Fuel Supply Systems & Spares.

1.11.14.

Ash/Residue Disposal Systems & Spares.

1.11.15.

Combustion Air Systems & Spares.

1.11.16.

Flue Gas Exhaust Systems & Spares.

1.11.17.

Turbines & Spares - Gas.

1.11.18.

Power Station Heating & Ventilation Equipment.

1.11.19.

Wind Power Production Equipment.

1.11.20.

Hydro-Electric Power Production Plant.

1.11.21.

Bio Energy Production Equipment.

1.11.22.

Wave Motion Power Production Equipment.

1.11.23.

Combined Heat & Power (CHP) Plant.

1.11.98.

Other Boilers & Boiler Spares.

1.11.99.

Other Generation Plant & Equipment.

1.13.1.

Bearings & Transmission Products.

1.13.2.

Mechanical Seals & Gaskets.

1.13.3.

Blowers, Exhausters & Fans.

1.13.4.

Conveyor Systems incl. Belts.

1.13.5.

Tanks & Covers (excl. Fuel - use 1.20.21).

1.13.7.

Filters (excl. Car Filters - use 1.20.15).

1.13.16.

Compressed Air/Gas Systems (incl. Fixed Compressors & Vessels).

1.13.17.

Fire Fighting Equipment.

1.13.24.

Oil & Gas Powered Motors.

1.13.35.

Centrifuges.

1.13.36.

Drive Belts, Chains & Couplings.

1.13.37.

Cranes (Fixed Location).

1.13.40.

Rubber Hoses & Couplings.

1.13.41.

Lifting Gear, Winches & Other Lifting Equipment.

1.13.42.

Overhead Gantries & Walkways.

1.13.43.

Gas & Air Treatment Plant.

1.13.44.

Lubrication Equipment.

1.13.45.

Skid Units/Pressure Reduction Modules.

1.13.99.

Other Mechanical Machinery, Equipment & Spares.

1.14.1.

Pumps - Centrifugal.

1.14.2.

Pumps - Submersible.

1.14.3.

Pumps - Positive Displacement.

1.14.5.

Pumps - Split Case.

1.14.6.

Pumps - Double Disk.

1.14.9.

Pumps - Washwater Pump Sets.

1.14.10.

Pumps - Metering & Dosing.

1.14.11.

Pumps - Borehole.

1.14.12.

Pumps - Macerator.

1.14.13.

Pumps - Peristaltic.

1.14.14.

Pumps - Portable.

1.14.15.

Pumps - Hydraulic.

1.14.16.

Pumps - Screw.

1.14.17.

Pumps - Axial.

1.14.18.

Pumps - Vacuum.

1.14.19.

Pumps - Progressing Cavity.

1.14.99.

Other Pumps, Accessories & Spares.

1.16.3.

Electricity Meters - Credit.

1.16.4.

Electricity Meters - Prepayment.

1.16.5.

Electricity Meters - Programmable.

1.16.6.

Electrical Metering Control Devices.

1.16.7.

Meter Accessories & Spares.

1.16.8.

Meter Tokens & Cards.

1.16.12.

Electrical Meters - Power Station/Grid.

1.16.13.

Gas Meters - Credit.

1.16.14.

Gas Meters - Prepayment.

1.16.15.

Gas Meters - Electronic.

1.16.16.

Governors, Regulators & Associated Equipment.

1.16.18.

Prewired Meter Cabinets.

1.16.19.

Meter Cabinets & Housings.

1.16.99.

Other Meters & Associated Equipment.

1.17.21.

Printing & Photographic Chemicals & Materials.

1.19.1.

Valves - Air.

1.19.2.

Valves - Gate/Sluice/Knife.

1.19.3.

Valves - Hydrants.

1.19.4.

Valves - Non-Return/Reflux/Check.

1.19.5.

Valves - Penstock.

1.19.7.

Valves - Needle/Globe.

1.19.8.

Valves - Flap.

1.19.9.

Valves - Butterfly.

1.19.10.

Valves - Ball.

1.19.11.

Valves - Diaphragm.

1.19.12.

Valves - Pressure Control.

1.19.15.

Valves - Solenoid.

1.19.16.

Valves - Safety.

1.19.17.

Actuators.

1.19.18.

Valves - Float Operated.

1.19.19.

Valves - Plug.

1.19.99.

Other Valves, Actuators & Spares.

1.20.16.

Boats & Marine Vessels.

1.20.18.

Railway Equipment.

1.20.19.

Passenger Loading Bridges.

1.21.1.

Tools & Equipment - Cable Joiners.

1.21.2.

Tools & Equipment - Overhead Line.

1.21.16.

Weighing Equipment.

1.21.17.

Laboratory Equipment.

1.22.1.

Nuclear Gas Reactor & Core.

1.22.2.

Nuclear Fuel Assembly.

1.22.3.

Nuclear Gas Baffle.

1.22.4.

Nuclear Gas Diagrid & Support Skirt.

1.22.5.

Nuclear Shielding.

1.22.6.

Nuclear Pressure Vessel & Liner.

1.22.7.

Nuclear Gas Circulators.

1.22.8.

Nuclear Control Rod & Assembly.

1.22.9.

Nuclear Reactor Pumps.

1.22.10.

Nuclear Fuel Route Equipment.

1.22.11.

Nuclear In-Service Inspection Equipment.

1.22.12.

Nuclear Island Control & Instrumentation Systems & Spares.

1.22.13.

Nuclear Reactor Protection Systems & Spares.

1.22.14.

Radioactive Waste Handling & Reprocessing Equipment.

1.22.15.

Nuclear Primary Circuit Pipework, Vales & Penetrations.

1.22.16.

Nuclear Sampling Systems.

1.22.17.

Nuclear Cooling Water & Heat Removal Systems.

1.22.18.

Nuclear Containment & Ventilation Systems.

1.22.19.

Dosimetry Equipment & Control Systems.

1.22.20.

Nuclear Fire Barrier & Containment Penetrations.

1.22.21.

Nuclear Fuel Storage Racks & Equipment.

1.22.22.

Nuclear Robotics/Remote Operations Equipment.

1.22.23.

Nuclear Fuel.

1.22.24.

PWR Pressure Vessel & Internals.

1.22.25.

PWR Pressuriser & Pressure Control Systems.

1.22.26.

PWR Steam Generator Plant.

1.22.27.

PWR Chemical & Volume Control/Reactor Make-up Systems.

1.22.28.

PWR Emergency Boration & Charging Systems.

1.22.99.

Other Nuclear & Reactor Plant & Equipment.

1.23.3.

Computer Hardware - Mainframes.

1.24.1.

Switchgear - Indoor (Below 1kV).

1.24.2.

Switchgear - Indoor (1kV to 19kV).

1.24.3.

Switchgear - Indoor (20kV to 99kV).

1.24.4.

Switchgear - Indoor (100kV to 199kV).

1.24.5.

Switchgear - Indoor (200kV & Above).

1.24.6.

Switchgear - Outdoor (Below 1kV).

1.24.7.

Switchgear - Outdoor (1kV to 19kV).

1.24.8.

Switchgear - Outdoor (20kV to 99kV).

1.24.9.

Switchgear - Outdoor (100kV to 199kV).

1.24.10.

Switchgear - Outdoor (200kV & Above).

1.24.11.

Switchgear - Multi Motor.

1.24.12.

Switchgear - Power Factor Correction.

1.24.13.

Switchgear - Variable Speed/Soft Driven.

1.24.14.

Switchgear - Direct Current (DC).

1.24.15.

Switchgear Parts & Accessories.

1.24.16.

Circuit Breakers.

1.24.17.

Disconnectors.

1.24.99.

Other Switchgear.

1.26.1.

Propane.

1.26.2.

Butane.

1.26.3.

Oxygen.

1.26.4.

Nitrogen.

1.26.5.

Carbon Dioxide.

1.26.6.

Sulphur Dioxide.

1.26.7.

Sulphur Hexafluoride.

1.26.8.

Argon Free Oxygen.

1.26.9.

Hydrogen.

1.26.10.

Methane.

1.26.11.

Acetylene.

1.26.12.

Helium.

1.26.13.

Laboratory Gases.

1.26.14.

Medical Gases.

1.26.15.

Argon.

1.26.16.

Argonshield.

1.26.17.

Oxygen Free Nitrogen.

1.26.99.

Other Industrial Gases.

1.27.1.

Compressor Station/Aero Engines & Spares.

1.27.2.

Compressor Station Plant & Spares.

1.27.3.

Compressor Station Consumables.

1.27.4.

Compressor Station Fire & Gas Equipment.

1.27.5.

Compressor Station Safety & Test Equipment.

1.27.6.

Compressor Station Emission Stacks.

1.27.7.

Gas Holder Antifreeze Units.

1.27.8.

Odorisation Equipment.

1.27.9.

Water Bath Heaters.

1.27.10.

Fogger/Gas Conditioning Units.

1.27.11.

Integrated Gas Analytical Systems.

1.27.12.

Gas Storage Plant & Equipment.

1.27.99.

Other Gas Transmission/Distribution Plant & Equipment.

1.28.0.

Substation materials.

1.28.1.

Hybrid GIS 275kV (includes integrated control systems).

1.28.2.

Hybrid GIS 145kV (includes integrated control systems).

1.28.3.

Dynamic Reactive Compensation and Voltage Support.

1.28.4.

Comms Multiplexers.

1.28.5.

PLC Terminal Equipment.

1.28.6.

Insulators - Station Post.

1.28.99.

Other Substation Materials.

1.60.0.

Airport equipment.

1.60.1.

Airport specific information systems.

1.60.2.

Flight Information Displays (FIDS) (Screens with flight and gate

information).

1.60.3.

Flight Management Systems (AODB) (to register passengers per airline and

invoice airlines).

1.60.4.

Baggage Handling Systems (Insourced/Outsourced).

1.60.5.

Passenger Queue Measurement Systems.

1.61.0.

Airport handling equipment.

1.61.1.

Baggage transportation equipment.

1.61.2.

Baggage classification equipment.

1.62.0.

Air traffic management systems.

1.62.1.

Communication systems (VHF-YHF, Tetra Systems).

1.62.2.

Radars and surveillance systems.

1.62.3.

Air navigation systems: ILS (Instrumental Landing Systems), NDB, VOR.

1.62.4.

Meteorological equipment: IRVR Transmission meters,

AMOs/RAMOS/SAMOS/FAMOS.

1.63.0.

Airport firefighting equipment.

1.63.1.

Firefighting vehicles - airside.

2.40.6.

Facilities Management Services - IT.

2.41.2.

Financial Consultancy.

2.41.3.

IT Consultancy (excl. E-commerce - use 2.41.17).

2.41.4.

Change Management Consultancy.

2.41.5.

Energy Management Consultancy.

2.41.6.

Estates & Property Consultancy.

2.41.7.

Health & Safety Consultancy.

2.41.8.

Procurement & Materials Management Consultancy.

2.41.9.

Public Relations Consultancy.

2.41.10.

Security Consultancy.

2.41.11.

Telecommunications/Telemetry Consultancy.

2.41.12.

Environmental Consultancy.

2.41.13.

Quality Assurance Consultancy.

2.41.14.

Personnel/Human Resources Consultancy.

2.41.16.

Retail Consultancy.

2.41.18.

Corporate Planning & Strategy Consulting.

2.41.19.

Facilities Management Consultancy.

2.41.21.

Fisheries Consultancy.

2.41.22.

Risk Management Consultancy.

2.41.23.

Value Management Consultancy.

2.41.99.

Other Consultancy.

2.44.6.

Hazardous Material Handling/Treatment/Disposal Services (incl. Asbestos).

2.44.8.

Decontamination/Pollution Control Services.

2.44.12.

Waste Management Services (excl. Radioactive - use 3.77.09).

2.45.6.

Security Services.

2.45.8.

Occupational Health Services.

2.45.9.

Hygiene Services.

2.45.26.

Wayleave Services.

2.45.46.

Rescue and Emergency Medical Services.

2.45.48.

CAP699 Competency Management.

2.46.0.

Airport Operations - Technical Services (Airfield).

2.46.1.

Wildlife / Bird Management.

2.46.2.

Stand / Coaching Planning.

2.46.3.

Slots Planning.

2.46.4.

Ice Management / Weather Systems.

2.46.5.

Marshalling.

2.46.6.

Cargo Systems Management (Processing/Customs).

2.46.7.

Auditing.

2.47.0.

Airside Handling.

2.47.1.

Handling Aircraft - Ramps.

2.47.2.

Handling Passengers - PRM (People with Reduced Mobility).

3.70.15.

Building/Office Maintenance & Refurbishment Services.

3.70.17.

Fire Protection & Maintenance Services (excl. Substation - use 3.75.09).

3.70.18.

Demolition & Clearance Work.

3.70.20.

Roofing Services.

3.70.25.

Foundation Services (incl. Piling).

3.70.26.

Road Construction & Surfacing Services.

3.70.27.

Rock Anchor Services.

3.70.31.

General Building incl. Offices.

3.70.32.

Security Equipment Installation & Maintenance.

3.70.45.

Minor Civil Works.

3.70.47.

Off-shore Structures.

3.70.48.

Gas Drying Plant.

3.70.49.

Gas Storage Plant Site Services.

3.70.99.

Other Building, Civil Engineering & Associated Services.

3.71.19.

Underground Cable Laying (incl. Excavation & Reinstatement) - Below 1kV.

3.71.20.

Underground Cable Laying (incl. Excavation & Reinstatement) - 1kV to 19kV.

3.71.21.

Underground Cable Laying (incl. Excavation & Reinstatement) - 20kV to

99kV.

3.71.22.

Underground Cable Laying (incl. Excavation & Reinstatement) - 100kV to

199kV.

3.71.23.

Underground Cable Laying (incl. Excavation & Reinstatement) - 200kV &

Above.

3.71.24.

Underground Cable Jointing - Below 1kV.

3.71.25.

Underground Cable Jointing - 1kV to 19kV.

3.71.26.

Underground Cable Jointing - 20kV to 99kV.

3.71.27.

Underground Cable Jointing - 100kV to 199kV.

3.71.28.

Underground Cable Jointing - 200kV & Above.

3.71.29.

Underground Cable Maintenance & Repair - Below 1kV.

3.71.30.

Underground Cable Maintenance & Repair - 1kV to 19kV.

3.71.31.

Underground Cable Maintenance & Repair - 20kV to 99kV.

3.71.32.

Underground Cable Maintenance & Repair - 100kV to 199kV.

3.71.33.

Underground Cable Maintenance & Repair - 200kV & Above.

3.71.35.

Trenchless Cable Laying.

3.71.36.

Street Lighting Connection.

3.72.1.

Water Service Pipe Laying (incl. Excavation & Reinstatement).

3.72.2.

Water Mains Pipe Laying (incl. Excavation & Reinstatement).

3.72.3.

Sewer Pipe Laying (incl. Excavation & Reinstatement).

3.72.4.

Marine/River Outfall.

3.72.5.

Water Service Pipe Maintenance & Repair.

3.72.6.

Water Mains Pipe Maintenance & Repair.

3.72.7.

Sewer Pipe Maintenance & Repair.

3.72.9.

Pipe Surveying Services.

3.72.10.

Trenchless Pipe Laying (incl. Pipe Replacement).

3.72.11.

Borehole & Well Drilling.

3.72.13.

Pipework Fabrication & Installation.

3.72.15.

Transmission Pipeline Services.

3.72.18.

Heating Pipe Services.

3.72.19.

Flexible Structures, Waterproof Lining Services.

3.72.20.

Pipeline CCTV/Inspection Services.

3.72.21.

Pipe Coating / Lining Services.

3.72.22.

Sewer Jetting Services.

3.72.23.

Gas Service Pipe Laying (incl. Excavation & Reinstatement).

3.72.24.

Gas Mains Pipe Laying (incl. Excavation & Reinstatement).

3.72.25.

Gas Service Pipe Maintenance & Repair.

3.72.26.

Gas Mains Pipe Maintenance & Repair.

3.72.27.

Sub-sea Pipe Laying.

3.72.97.

Other Gas Pipe Services.

3.72.98.

Other Water Pipe Services.

3.72.99.

Other Pipe Services.

3.73.1.

Boiler Services.

3.73.2.

Engine Services.

3.73.3.

Feed System Services.

3.73.4.

Turbine Services.

3.73.5.

Generator Services.

3.73.6.

Fuel System Services.

3.73.10.

Generation Operation & Maintenance Services.

3.73.11.

Energy Supply Plant Installation & Operation Services.

3.73.12.

Power Station - Combined Heat & Power Gas Turbine (CHP).

3.73.13.

Power Station - Combined Cycle Gas Turbine (CCGT).

3.73.14.

Power Station - Reciprocating Engine Combined Heat & Power.

3.73.15.

Steam System Services.

3.73.16.

Cooling Water System Services.

3.73.17.

Bulk Storage Services.

3.73.19.

Ash/Residue Disposal System Services.

3.73.20.

Combustion Air System Services.

3.73.21.

Flue Gas Exhaust System Services.

3.73.22.

Power Station Heating & Ventilation Services.

3.73.23.

Wind Farm Construction.

3.73.24.

Wind Power Plant Services (excl. Construction).

3.73.25.

Hydro-Electric Power Plant Construction.

3.73.26.

Hydro-Electric Power Plant Services (excl. Construction).

3.73.27.

Power Station - Conventional Thermal Power Plants.

3.73.99.

Other Generation Services.

3.74.15.

Helicopter/Air Transport Services (excl. Overhead Line Surveys - use

3.79.17).

3.74.16.

Generator Hire (Non-system Use).

3.75.2.

Substation Building Civil Services.

3.75.3.

Protection & Control System Services.

3.75.4.

Telecontrol Services.

3.75.5.

Switchgear Services.

3.75.6.

Transformer Services.

3.75.7.

Substation Cabling Services.

3.75.8.

Substation Plant Dismantling & Removal.

3.75.9.

Substation Fire Protection Services.

3.75.10.

Substation Plant Painting Services.

3.75.11.

Substation Design - Transmission.

3.75.12.

Substation Construction - Transmission.

3.75.13.

Substation Design & Construction - Transmission.

3.75.14.

Substation Turnkey - Transmission.

3.75.15.

Substation Design - Distribution.

3.75.16.

Substation Construction - Distribution.

3.75.17.

Substation Design & Construction - Distribution.

3.75.18.

Substation Turnkey - Distribution.

3.75.19.

Substation General Maintenance.

3.75.99.

Other Substation Services.

3.76.1.

Technical Consultancy.

3.76.2.

Planning Consultancy.

3.76.3.

Electrical Consultancy - 11kV & Below.

3.76.4.

Electrical Consultancy - 20kV to 99kV.

3.76.5.

Electrical Consultancy - 100kV to 199kV.

3.76.6.

Electrical Consultancy - 200kV & Above.

3.76.7.

Mechanical Consultancy.

3.76.8.

Structural Consultancy.

3.76.12.

Tunnels Consultancy.

3.76.15.

Topographical Consultancy.

3.76.22.

Civil Engineering Consultancy.

3.76.23.

Environmental Impact Surveys.

3.76.99.

Other Engineering Consultancy.

3.77.1.

Health Physics Services.

3.77.2.

Reactor Physics Services.

3.77.3.

Reactor Core Services.

3.77.4.

Gas Circulator Services.

3.77.5.

Control Rod & Assembly Services.

3.77.6.

Fuel Route Services.

3.77.7.

Nuclear Island Control & Instrumentation Services.

3.77.8.

Nuclear Decommissioning.

3.77.9.

Radioactive Waste Management Services.

3.77.10.

Nuclear Fuel Services.

3.77.11.

Nuclear Routine & Outage Plant Maintenance.

3.77.12.

Nuclear Power Station Outage Management Services.

3.77.13.

Nuclear Safety Case Preparation & Support Services.

3.77.99.

Other Nuclear & Reactor Services.

3.78.1.

Control & Instrumentation Services.

3.78.2.

Electrical Inspection/Testing Services.

3.78.3.

Mechanical Inspection/Testing Services.

3.78.4.

Electrical Installation Services.

3.78.5.

Mechanical Installation Services.

3.78.17.

Gas Storage Plant Services.

3.78.18.

Mechanical Maintenance and Repair Services.

3.78.19.

Electrical Maintenance and Repair Services.

3.78.99.

Other Mechanical, Electrical, Instrumentation, Control & Automation

Services.

3.79.1.

Overhead Line Construction - Wood Pole (11kV & Below).

3.79.2.

Overhead Line Construction - Wood Pole (20kV to 99kV).

3.79.3.

Overhead Line Inspection, Maintenance & Repair - Wood Pole (11kV & Below).

3.79.4.

Overhead Line Inspection, Maintenance & Repair - Wood Pole (20kV to 99kV).

3.79.5.

Overhead Line Design - Tower (20kV to 99kV).

3.79.6.

Overhead Line Design - Tower (100kV to 199kV).

3.79.7.

Overhead Line Design - Tower (200kV & Above).

3.79.8.

Overhead Line Construction - Tower (20kV to 99kV).

3.79.9.

Overhead Line Construction - Tower (100kV to 199kV).

3.79.10.

Overhead Line Construction - Tower (200kV & Above).

3.79.11.

Overhead Line Design & Construction - Tower (20kV to 99kV).

3.79.12.

Overhead Line Design & Construction - Tower (100kV to 199kV).

3.79.13.

Overhead Line Design & Construction - Tower (200kV & Above).

3.79.14.

Overhead Line Inspection, Maintenance & Repair - Tower (20kV to 99kV).

3.79.15.

Overhead Line Inspection, Maintenance & Repair - Tower (100kV to 199kV).

3.79.16.

Overhead Line Inspection, Maintenance & Repair - Tower (200kV & Above).

3.79.17.

Overhead Line Services - Surveying.

3.79.18.

Overhead Line Services - Tree Cutting.

3.79.19.

Overhead Line Services - Tower Painting.

3.79.20.

Overhead Line Services - Scaffolding (System Use).

3.79.21.

Overhead Line Services - Wood Pole Installation.

3.79.24.

Overhead Line Construction - Wood Pole (100kV to 199kV).

3.79.25.

Overhead Line Inspection, Maintenance & Repair - Wood Pole (100kV to

199kV).

3.79.99.

Other Overhead Line Services.

3.80.2.

Electricity Meter Maintenance & Repair Services.

3.80.3.

Gas Meter Maintenance & Repair Services.

3.80.4.

Meter Installation & Removal Services.

3.80.5.

Meter Operator Services.

3.80.6.

Meter Calibration Services.

3.80.7.

Meter Reading Services.

3.80.99.

Other Meter & Associated Services.

3.99.1.

Thermal Hydrolysis.

3.99.11.

Diving Services.

3.99.14.

Heat Treatment/Hardening Services.

3.99.25.

Statutory Inspection Services/Safety Assessments.

3.99.27.

Non-Destructive Testing Services.

3.99.28.

Scaffolding Services (Non-system Use).

3.99.99.

Other Engineering Services.

Medium Risk.

1.1.7.

Paints & Varnishes.

1.1.8.

Insulation Equipment & Materials.

1.1.10.

Security Equipment.

1.1.20.

Fasteners & Fixings.

1.1.21.

Flood Defence/Landscaping Building Products.

1.1.30.

Plumbing Equipment & Sundries.

1.3.1.

Waterproof Clothing.

1.4.1.

Telecommunications Equipment & Accessories (excl. PABX - use 1.04.23).

1.4.3.

Voice Processing & Other Speech Related Products.

1.4.7.

Mobile Radio Equipment.

1.4.21.

ISDN Equipment.

1.4.22.

C.L.A.S.S. Equipment

1.4.23.

PABX Equipment.

1.4.24.

Payphones & Spares.

1.4.99.

Other Telecommunications Equipment.

1.5.12.

Telecommunications Cable.

1.5.13.

Fibre Optic Cable.

1.5.14.

Fibre Optic Cable Accessories.

1.5.19.

Link Boxes.

1.6.14.

Stranded Wire Products.

1.8.23.

Optical Instruments.

1.10.18.

Fuel Oil.

1.10.19.

Hydraulic Fluids.

1.10.99.

Other Energy, Oils & Fuels.

1.17.24.

Storage/Warehouse Equipment & Supplies.

1.17.25.

Packaging Equipment & Supplies.

1.17.80.

Recycling Supplies.

1.17.81.

Recycling Equipment.

1.18.1.

Pipes & Fittings - Fibre Cement.

1.18.2.

Pipes & Fittings - Concrete.

1.18.3.

Pipes & Fittings - Ductile Iron.

1.18.4.

Pipes & Fittings - Copper.

1.18.5.

Pipes & Fittings - Clay.

1.18.6.

Pipes & Fittings - High Density Polyethylene (HDPE).

1.18.7.

Pipes & Fittings - Medium Density Polyethylene (MDPE).

1.18.8.

Pipes & Fittings - MOPVC.

1.18.9.

Pipes & Fittings - PVC.

1.18.10.

Pipes & Fittings - Steel.

1.18.11.

Pipe Fittings - Clamps & Collars.

1.18.12.

Pipe Fittings - Couplings & Flanged Adapters.

1.18.13.

Pipe Fittings - Electrofusion Fittings.

1.18.14.

Pipe Fittings - Gunmetal.

1.18.15.

Pipe Fittings - Plastic.

1.18.16.

Pipes & Fittings - Stainless Steel.

1.18.17.

Ducting.

1.18.18.

Water Flange Joint Sets.

1.18.19.

Pipe Accessories, Consumables & Associated Supplies.

1.18.20.

Surface Boxes & Chambers.

1.18.25.

Leak Detection, Control & Repair Equipment/Materials.

1.18.26.

Pipes & Fittings - GRP.

1.18.27.

Standpipes.

1.18.99.

Other Pipes.

1.20.1.

Passenger Cars.

1.20.2.

Vans - Car-derived.

1.20.3.

Commercial Vehicles.

1.20.6.

Specialist Vehicles, Tankers, Bodies & Trailers.

1.20.7.

Tyres & Tubes.

1.20.8.

Cable/Pipe Laying Plant.

1.20.9.

Mobile Plant (excl. Mechanical Handling Plant - use 1.20.13).

1.20.10.

Trenchless Equipment.

1.20.11.

Access Platforms & Equipment.

1.20.12.

Horticultural Equipment.

1.20.13.

Cranes (Mobile) & Mechanical Handling Plant/Equipment.

1.20.14.

Garage Equipment.

1.20.15.

Vehicle/Mobile Plant Parts & Accessories.

1.20.21.

Fuel Delivery, Storage and Dispensing Equipment.

1.20.98.

Other Transport.

1.20.99.

Other Mobile Plant.

1.21.3.

Insulated Tools.

1.21.6.

Power Tools (incl. Pneumatic/Hydraulic).

1.21.8.

Test & Inspection Equipment.

1.21.9.

Workshop Machinery & Equipment.

1.21.10.

Industrial Cleaning Equipment.

1.21.14.

Welding & Cutting Equipment (incl. Consumables).

1.21.15.

Tools & Equipment - Pipeline.

1.21.18.

Pollution Control Equipment.

1.21.20.

Port/Marine Tools & Equipment.

1.21.99.

Other Tools & Specialist Equipment.

1.23.99.

Other Computer Equipment & Supplies.

2.40.8.

Telecommunication Network Services.

2.40.11.

IT Network Services.

2.40.12.

Internet/Intranet Services.

2.40.13.

Telecommunication Equipment & Associated Services.

2.40.14.

Call Centre Services.

2.40.15.

E-commerce Services

2.40.99.

Other Telecommunication Services (excl. Line Construction, Maintenance &

Repair).

2.41.17.

E-commerce Consultancy

2.41.20.

Marketing & Advertising Consultancy.

2.41.27.

Insurance Consultancy.

2.41.28.

Corporate Social Responsibility Consultancy.

2.42.16.

Insurance Brokerage.

2.43.1.

Travel Agency Services.

2.43.2.

Hotel/Accommodation Services.

2.43.99.

Other Hotel, Travel & Catering Services.

2.44.1.

Sewage/Sludge Disposal Services.

2.44.3.

Refuse/General Waste Disposal Services.

2.44.7.

Non-hazardous Disposal Services.

2.44.10.

Recycling Services.

2.44.11.

Waste Skip Hire.

2.44.99.

Other Disposal Services.

2.45.3.

Printing & Publication Services (excl. Pre-printed Stationery - use

1.17.13).

2.45.7.

Training & Education Services – Functional.

2.45.11.

Office & Depot Cleaning Services.

2.45.14.

Market Research Services.

2.45.15.

Postal & Mailing Services (excl. Courier Services - use 3.74.05).

2.45.19.

Facilities Management (excl. IT - use 2.40.06).

2.45.28.

Graphic & Media Design Services.

2.45.31.

Marketing & Advertising Services.

2.45.32.

Audit Services (excl. Financial - use 2.42.08).

2.45.33.

Asset Management/Operation Services.

2.45.99.

Other Business & Administrative Services.

3.70.14.

Industrial Painting & Specialist Coating Services.

3.70.16.

Grounds Care Maintenance.

3.70.19.

Lift/Escalator Services.

3.70.21.

Concrete Services.

3.70.22.

Fencing Services.

3.70.23.

Land Reinstatement Services.

3.70.24.

Landscaping Services (incl. Earthworks).

3.70.33.

Modular Structures.

3.70.34.

Heating, Ventilation & Air Conditioning Services (excl. Power Station -

use 3.73.22).

3.70.35.

Insulation Services.

3.70.61.

Rope Access and Abseiling Services.

3.71.99.

Other Underground Cable Services.

3.74.1.

Vehicle Accident & Repair Services.

3.74.3.

Vehicle Maintenance.

3.74.8.

Mobile Plant Hire Services.

3.74.10.

Mobile Plant Maintenance.

3.74.13.

Vehicle Disposal Services.

3.74.21.

Weighbridge Services.

3.74.23.

Generator Hire (System Use).

3.76.14.

Quantity Surveying.

3.76.19.

Archaeological Consultancy & Surveys.

3.76.21.

Architectural Services.

3.76.25.

Pipeline Consultancy.

3.76.27.

Geotechnical Site Investigation Services.

3.78.8.

Compressed Air/Gas System Services.

3.78.9.

[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Glasgow: construction work

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168959-2012 Part 2 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 1 - Public works contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

45000000

Construction work

AGENCY: SCOTTISH POWER PLC

COUNTRY: GB. LANGUAGE: EN

Part 2 of 2

Metal & Steel Fabrication Services.

3.78.12.

Deplanting/Decommissioning Services.

3.78.15.

Gas Network Plant Services.

3.78.16.

Lighting Services.

3.99.3.

Calibration Services (excl. Meter - use 3.80.06).

3.99.9.

Tool, Instrument & Specialist Equipment Services.

3.99.13.

Anti Corrosion & Cathodic Protection Services.

3.99.19.

Joint Sealing Services.

3.99.24.

Flood Defence Services.

3.99.29.

Industrial Cleaning Services.

3.99.31.

Welding Services.

3.99.32.

Monitoring Services.

3.99.33.

Laboratory Services.

3.99.35.

Fisheries Services.

3.99.36.

Salvaging Services.

Low Risk.

1.1.1.

Sand.

1.1.2.

Gravel.

1.1.3.

Aggregate & Stone.

1.1.4.

Reinstatement Products.

1.1.5.

Concrete Ready Mixed.

1.1.6.

Pre-Cast Building Products.

1.1.9.

Mobile Accommodation Units (excl. Hire - use 3.74.29).

1.1.11.

Enclosures & Kiosks (excl. Meter Housings - use 1.16.19).

1.1.12.

Signs (excl. Road Signs - use 1.01.13).

1.1.13.

Road Furniture.

1.1.14.

Fencing.

1.1.15.

Steel/Metal Materials (excl. Cables & Pipes).

1.1.16.

Timber Materials (excl. Wood Poles - use 1.06.13).

1.1.17.

Horticultural Products.

1.1.18.

Underground Marker Materials.

1.1.19.

Insulation/Plastic Tape.

1.1.22.

Domestic Appliances.

1.1.23.

Adhesives & Sealants - General.

1.1.24.

Airport/Port Security Equipment.

1.1.25.

Environmental/Reclaimed Building Products.

1.1.26.

Prefabricated Buildings.

1.1.27.

Industrial Consumables.

1.1.28.

Off-shore Structure Equipment.

1.1.98.

Other Quarry Products.

1.1.99.

Other Building/Civil Products.

1.2.1.

Aluminium Sulphate.

1.2.2.

Activated Carbon.

1.2.3.

Calcium Hydroxide.

1.2.4.

Chlorine.

1.2.5.

Ferric Chloride.

1.2.7.

Hydrogen Peroxide.

1.2.8.

Phosphoric Acid.

1.2.9.

Poly Aluminium Chloride.

1.2.10.

Potassium Permanganate.

1.2.12.

Sodium Chloride.

1.2.15.

Sodium Silicate.

1.2.16.

Sodium Thiosulphate.

1.2.19.

Trichloroethane.

1.2.20.

Distilled Water.

1.2.22.

Reagents/Buffer Solutions.

1.2.24.

Ammonium Sulphate.

1.2.25.

Sodium Carbonate.

1.2.28.

Sodium Bicarbonate.

1.2.29.

Sodium Bisulphite.

1.2.30.

Hexafluorosilicic Acid.

1.2.31.

Ferrous Sulphate.

1.2.32.

Ferrous Chloride.

1.2.33.

Calcium Nitrate.

1.2.34.

Calcium Oxide.

1.2.36.

Odourant - Mains Gas.

1.2.37.

Ferric nitrate.

1.2.38.

Aluminium Chloride.

1.2.96.

Other Sodium-based Chemicals.

1.2.97.

Other Calcium-based Chemicals.

1.2.98.

Other Iron-based Chemicals.

1.3.3.

Work Wear/Corporate Clothing.

1.3.5.

Footwear (excl. Protective - use 1.03.06).

1.3.99.

Other Clothing & Footwear.

1.4.26.

Radio Clocks.

1.5.16.

Control & Instrumentation Cable.

1.5.17.

Control & Instrumentation Cable Accessories.

1.5.18.

Solder.

1.6.10.

Overhead Line Towers.

1.8.25.

Photographic Equipment.

1.8.27.

Evaporators, Refrigerators & Cryogenerators (excl. Air Conditioning - use

1.08.13).

1.8.28.

Docking Guidance Systems.

1.8.29.

Car Park Equipment & Systems.

1.8.30.

Airfield Lighting.

1.8.31.

Ticket Vending Machines.

1.10.11.

Petrol.

1.10.16.

Paraffin.

1.10.17.

Heating Oils.

1.10.23.

Degreasants & Solvents.

1.10.25.

Biodegradable Oils.

1.11.24.

Solar Power Production Equipment.

1.16.1.

Water Meters (Encoded).

1.16.2.

Water Meters (Non-Encoded).

1.17.1.

Office Equipment (excl. Printers - use 1.23.04).

1.17.2.

Office Furniture.

1.17.3.

Office Stationery.

1.17.4.

Office Furnishings & Fittings (excl. Furniture - use 1.17.02).

1.17.5.

Audio & Visual Equipment & Accessories.

1.17.7.

Drawing Office Equipment & Supplies.

1.17.9.

Paper & Card.

1.17.13.

Pre-Printed Stationery/Supplies.

1.17.16.

Publications (Off-The-Shelf).

1.17.17.

Paper Maps.

1.17.18.

Janitorial Equipment & Supplies.

1.17.22.

Catering Equipment.

1.17.23.

Catering Supplies.

1.17.26.

Security Printing.

1.17.27.

Pre-Printed Plastic Cards.

1.17.99.

Other Office Materials & Supplies.

1.20.17.

Bicycles & Spares.

1.20.20.

Baggage Trolleys.

1.21.4.

Hand Tools (Non-Powered).

1.21.5.

Tools & Equipment - Drilling.

1.21.11.

Workshop Cleaning Consumables.

1.21.13.

Abrasive Products.

1.21.19.

Ladders.

1.23.1.

Computer Hardware & Accessories - Workstations/Servers.

1.23.2.

Computer Hardware & Accessories - Portable.

1.23.4.

Computer Peripherals.

1.23.5.

Network Equipment & Accessories.

1.23.6.

Software Development Tools.

1.23.7.

General Business Software (Off-The-Shelf).

1.23.8.

Specialist Business Software (excl. Software Development - use 2.40.02).

1.23.9.

Technical Software.

1.23.10.

Utility Software.

1.23.11.

Computer Consumables (excl. Laser/Inkjet Paper - use 1.17.09).

1.23.12.

Computer Systems.

1.25.1.

Digestors - Sewage & Sludge.

1.25.2.

Macerators.

1.25.3.

Odour Control Equipment.

1.25.4.

Dewatering Equipment.

1.25.5.

Waste Water Scrapers.

1.25.6.

Screens & Associated Equipment.

1.25.7.

Disinfection Equipment.

1.25.8.

Dosing Plant.

1.25.9.

Sulphinators.

1.25.10.

Mixing Units.

1.25.11.

Incineration Equipment.

1.25.12.

Comminutor (Pulverization) Equipment.

1.25.13.

Detritor (Grit Removal) Equipment.

1.25.14.

Classifier Equipment.

1.25.15.

Aeration Equipment.

1.25.16.

Surge Suppression Equipment.

1.25.99.

Other Water Treatment Plant.

2.40.1.

Hardware Services.

2.40.2.

Software Development Services.

2.40.3.

Software Support Services.

2.40.4.

IT Training.

2.40.7.

Recruitment Services - IT.

2.40.10.

Data Collection & Handling Services (excl. Meter Reading - use 3.80.07).

2.40.16.

Escrow Services.

2.40.17.

IT Disaster Recovery Services.

2.40.98.

Other Computer Services.

2.41.15.

Community Relations Consultancy.

2.41.29.

Public Consultation Consultancy.

2.42.1.

Banking Services.

2.42.2.

Insurance Services.

2.42.3.

Pension Funding Services.

2.42.4.

Financial Leasing Services.

2.42.5.

Cash Collection Services.

2.42.6.

Accountancy Services.

2.42.7.

Shareholder Services.

2.42.8.

Financial Audit Services.

2.42.9.

Debt Collection Services.

2.42.10.

Claims Management Services.

2.42.11.

Licensing Services.

2.42.12.

Recruitment Services - Finance.

2.42.13.

Auction Services.

2.42.14.

Credit/Procurement Card Services.

2.42.17.

Customer Acquisition Services.

2.42.99.

Other Financial & Accountancy Services.

2.43.3.

Catering Services (Offsite).

2.43.4.

Catering Services (Onsite).

2.43.5.

Vending Machine Services.

2.44.2.

Scrap Disposal Services.

2.44.4.

Sanitation Services.

2.44.5.

Vermin Control Services.

2.45.1.

Legal Services.

2.45.2.

Photographic Services.

2.45.4.

Public Relations Services.

2.45.5.

Recruitment Services (excl. IT & Finance - use 2.40.07 & 2.42.12).

2.45.10.

Conference/Event Management Services (incl. Entertainment).

2.45.12.

Window Cleaning Services.

2.45.13.

Laundry Services.

2.45.16.

Real Estate Services.

2.45.17.

Furniture Maintenance & Repair Services.

2.45.18.

Office Equipment Services.

2.45.20.

Meteorological Services.

2.45.22.

Technical/Procedural Writing Services.

2.45.23.

Subscription Services.

2.45.25.

Removal/Relocation Services (excl. Storage Services - use 3.74.07).

2.45.27.

Promotional/Corporate Goods.

2.45.29.

Personnel/Human Resources Services.

2.45.30.

Language Translation Services.

2.45.35.

Plastic Card Fulfilment Services.

2.45.36.

Training & Education Services – Personnel Related.

2.45.47.

Sales Service.

3.70.1.

Pumping Station - Clean Water.

3.70.2.

Pumping Station - Waste Water.

3.70.3.

Treatment Works - Waste Water.

3.70.4.

Treatment Works - Clean Water.

3.70.5.

Water Tower.

3.70.6.

Reservoir/Dam/Weir/Lock.

3.70.7.

Tunnelling & Shafts (incl. Penstocks).

3.70.8.

Gas Storage Leaching.

3.70.11.

Carpentry Services.

3.70.12.

Plumbing Services.

3.70.13.

Electrician Services.

3.70.36.

Flood Defence Construction.

3.70.37.

Carpark Construction.

3.70.38.

Airport Construction.

3.70.39.

Pipeline Construction.

3.70.40.

Harbour & Marine Engineering Works.

3.70.41.

Land Reclamation Works & Services.

3.70.42.

Railway Construction.

3.70.43.

Gas Transmission System Plant Construction.

3.70.44.

Gas Transmission System Plant Repairs & Upgrades.

3.70.46.

Bridge Construction.

3.70.50.

Bridge Maintenance.

3.71.16.

Subsea Cable Services.

3.71.17.

Underground Telecommunication Cable Laying (incl. Excavation &

Reinstatement).

3.71.18.

Underground Telecommunication Cable Maintenance & Repair.

3.71.34.

Multi-utility Cable & Pipe Laying (incl. Excavation & Reinstatement).

3.73.28.

Microgeneration Services.

3.74.2.

Vehicle Bodybuilding.

3.74.4.

Vehicle Recovery Services.

3.74.5.

Courier Services.

3.74.6.

Transportation Services.

3.74.7.

Storage & Warehousing Services.

3.74.9.

Mechanical Handling Equipment Maintenance (excl. Fixed Cranes - use

3.74.26).

3.74.11.

Windscreen Replacement.

3.74.12.

Vehicle Washing Services.

3.74.14.

Vehicle Leasing & Hire Services.

3.74.17.

Traffic Lights Hire.

3.74.19.

Fleet Management Services.

3.74.20.

Railway Track Maintenance.

3.74.22.

Signing, Guarding & Lighting Services (NRSWA).

3.74.24.

Tool Hire.

3.74.25.

Boats/Marine Vessel Maintenance.

3.74.26.

Fixed Crane Services.

3.74.27.

Traffic Management Services.

3.74.28.

Garage/Workshop Equipment Maintenance.

3.74.29.

Mobile Accomodation Unit Hire.

3.74.30.

Fuel Card Services.

3.74.31.

Marine Equipment Maintenance & Repair Services (excl. Boats - use

3.74.25).

3.74.34.

Haulage - low-loader (except Haulage - general - see 3.74.6).

3.74.98.

Other Hire Services.

3.74.99.

Other Transport & Storage Services.

3.76.9.

Cathodic Protection Consultancy.

3.76.10.

Hydrology & Hydrogeology Consultancy.

3.76.11.

Process Consultancy.

3.76.13.

Dams Consultancy.

3.76.17.

Scientific Consultancy.

3.76.18.

Surveying Services (excl. Overhead Line & Pipeline Surveying).

3.76.20.

Control & Instrumentation Consultancy.

3.76.24.

Hydraulic Modelling Consultancy.

3.76.26.

Project Management Consultancy.

3.76.28.

Cartography Services (incl. Section 105).

3.76.29.

Airfield Consultancy.

3.76.30.

Fire Consultancy.

3.76.31.

Flood Defence Consultancy.

3.76.32.

Harbour & Marine Consultancy.

3.76.33.

Port Planning Services.

3.76.34.

Gas Network Consultancy & Services.

3.76.35.

Railway Consultancy.

3.78.6.

Pump Services.

3.78.7.

Valve Services.

3.78.10.

Motor Rewind Services.

3.78.11.

Machining Services.

3.78.13.

Gas Appliance Services.

3.78.14.

Water Treatment Plant Services.

3.79.22.

Telecommunication Overhead Line Construction.

3.79.23.

Telecommunication Overhead Line Maintenance & Repair.

3.80.1.

Water Meter Maintenance & Repair Services.

3.99.4.

Research & Development.

3.99.5.

Testing & Analysis Services.

3.99.12.

Agricultural & Land Drainage Services.

3.99.23.

Dredging Services.

3.99.34.

Canal & River Services (excl. River Defence - use 3.99.24).

3.99.37.

Hydrographic Services.

3.99.40.

Product Testing.

3.99.41.

Machinery Testing.

3.99.42.

Compliance and Assessing Services.

3.99.43.

Ecology and Biodiversity.

II.4) Common procurement vocabulary (CPV)

45000000

II.5) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Qualification for the system:

Conditions to be fulfilled by economic operators in view of their

qualification: Conditions to be fulfilled by.

Economic operators in view of their qualification: The.

UVDB / Verify.

Will be the first stage of qualification and will either be.

Used as the.

Basis for tender selection or may be supplemented by.

Additional.

Qualification criteria established by Scottish Power Plc in.

Specific product or.

Service areas.

It should be noted that Scottish Power Plc reserves the right.

Not to use the.

UVDB for certain contracts where it deems it.

Necessary. Where such.

Contracts are covered fully by the EU procurement.

Legislation it will.

Instead publish a separate call for competition for that.

Contract in the.

Supplement to the Official Journal of the European.

Union.

Scottish Power Plc also reserves the right to use the UVDB.

/ Verify in.

The compilation of tender lists for contracts not.

Covered fully by the EU.

Procurement legislation.

The UVDB system has led to savings to both.

Economic operators (vendors).

And purchasers and ensures that vendors benefit from.

A reduced workload.

Whilst their applications are dealt with fairly and.

Consistently by.

Subscribing utilities.

The administrative costs are being met by the.

Subscribing utilities and.

Vendors. Vendors registering will therefore be required.

To make a.

Contribution of 515 GBP for up to 7 product codes,

640 GBP for 8 to 14 product codes, 815 GBP for 15 to

21 product codes and 1015 GBP for 21 or more

Product codes (plus VAT for UK applicants) annually.

Towards these costs which is payable prior to dispatch.

Of registration material. Suppliers or contractors who.

Have already registered on the UVDB need not.

Reapply, but may wish to ensure that they are entered.

Under all relevant.

Product or service categories. Where Verify is.

Required they should ensure.

That they have been audited to the appropriate Verify.

Level as the content and pricing structure depends on.

Risk level. Verify Category A 260 GBP, Verify Category.

B1 1145 GBP, Verify Category B2 1560 GBP and.

Verify Category C 1145 GBP. Please note that for.

Factory audits under Verify Category D, the prices may.

Vary so please contact Achilles for a quote.

Means of access to the qualification system is on a.

Permanent basis.

Methods according to which each of those conditions.

Will be verified:

These will be described in the details of the scheme.

Available from the.

UVDB team.

Section V: Procedure

IV.1) Award criteria

IV.1.1) 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.1.2) Information about electronic auction

An electronic auction will be used: yes

Additional information about electronic auction:

IV.2) Administrative information

IV.2.1) File reference number attributed by the contracting entity:

Scottish Power Plc-QSN-Works-May-2012

IV.2.2) Duration of the qualification system

Indefinite duration

IV.2.3) Information about renewals

Renewal of the qualification system: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: yes

Reference to project(s) and/or programme(s): Some contracts may be

financed by EU Funds.

VI.3) Procedures for appeal

VI.3.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Subscribers

subject to the EU procurement legislation.

Of England, Wales and Northern Ireland will, where.

Appropriate, incorporate a minimum 10 calendar day.

Standstill period (or 15 days if non electronic or fax.

Methods used) at the point that information on the.

Award of the contract is communicated to tenderers. If.

An appeal regarding the award of a contract has not.

Been successfully resolved then the Public Contracts.

Regulations 2006 provide for aggrieved parties who.

Have been harmed or are at risk of harm by a breach.

Of the rules to take action in the High Court (England,

Wales and Northern Ireland).

VI.4) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Glasgow: repair and maintenance services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168957-2012 Part 1 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000, 66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000, 79000000, 80000000, 85000000, 90000000, 92000000, 98000000, 75000000

Repair and maintenance services, Installation services (except software), Hotel, restaurant and retail trade services, Transport services (excl. Waste transport), Supporting and auxiliary transport services travel agencies services, Postal and telecommunications services, Public utilities, Financial and insurance services, Real estate services, Architectural, construction, engineering and inspection services, IT services: consulting, software development, Internet and support, Research and development services and related consultancy services, Services related to the oil and gas industry, Agricultural, forestry, horticultural, aquacultural and apicultural, services, Business services: law, marketing, consulting, recruitment, printing and, security, Education and training services, Health and social work services, Sewage, refuse, cleaning and environmental services, Recreational, cultural and sporting services, Other community, social and personal services, Administration, defence and social security services

AGENCY: SCOTTISH POWER PLC.

COUNTRY: GB. LANGUAGE: EN

Part 1 of 2

Qualification system – utilities

Directive 2004/17/EC

This notice is a call for competition yes

Section I: Contracting entity

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

Scottish Power Plc.

Cathcart Business Park, Spean Street

G44 4BE Glasgow

UNITED KINGDOM

Telephone: +44 1235838190

E-mail: scottish.power@

Internet address(es):

General address of the contracting entity:

Address of the buyer profile:

Electronic submission of tenders and requests to participate:



I.2) Main activity

Production, transport and distribution of gas and heat

Electricity

Exploration and extraction of gas and oil

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 qualification system

II.1) Title attributed to the contract by the contracting entity:

UVDB (Utlities Vendor Database).

II.2) Type of contract

Services

Service category No 1: Maintenance and repair services

II.3) Description of the works, services or goods to be procured through

the qualification system:

This QSN includes all service categories 1 - 27.

This notice is to indicate that Scottish Power Plc will use the UVDB

system, which is managed by Achilles.

Information limited, as a system for the registration of suppliers,

contractors and service providers (vendors) for the purposes of awarding

contracts of any value that are fully covered by the EU procurement

legislation and may use it for other contracts. This notice represents a

call for competition.

Under the relevant legislation from 27.9.2011 when selecting suppliers to

tender for contracts, for certain types of contract it considers to

represent a high risk to its operations, Scottish Power Plc will require

suppliers to be on the UVDB and audited using the Achilles verify supplier

audit system. These types of contract are indicated below, identified by

Achilles code numbers.

Suppliers must ensure UVDB registration and completion of Verify audit

requirements to be considered for selection for tender lists for these

types of contracts.

This notice also includes Achilles code numbers for other contracts, where

Scottish Power Plc considers the risk to its operations as lower. In order

to be considered for selection for medium risk tender lists for these

types of contracts only UVDB registration is required initially and in

order to be considered for selection for low risk tender lists for these

types of below threshold contracts, only TSMS registration is required.

Low risk suppliers who wish to be considered for over threshold contracts

will be required to register on UVDB as well.

High Risk.

1.1.35.

Fixtures & fittings.

1.2.6.

Ferric sulphate.

1.2.13.

Sodium hydroxide.

1.2.14.

Sodium hypochlorite.

1.2.17.

Sulphuric acid.

1.2.18.

Polyelectrolytes.

1.2.21.

Laboratory chemicals.

1.2.23.

Hydrochloric acid.

1.2.27.

Hydrazine hydrate.

1.2.35.

Molten Sulphur.

1.2.99.

Other chemicals.

1.3.2.

Protective clothing.

1.3.6.

Personal protective equipment.

1.3.8.

First Aid kits & supplies.

1.4.4.

Telecommunication transmission equipment.

1.4.5.

Telemetry equipment.

1.4.6.

Scada & telecontrol equipment.

1.4.8.

Microwave (incl. UHF Scanning).

1.4.9.

Antennae/Aerial masts.

1.4.25.

Communication tower steel structures.

1.4.27.

Synchronising equipment (incl. interfacing equipment).

1.4.28.

Satellite communications equipment.

1.4.29.

Radar equipment.

1.5.1.

Underground mains & service cable - below 1kV.

1.5.2.

Underground mains cable - 1kV to 19kV.

1.5.3.

Underground mains cable - 20kV to 99kV.

1.5.4.

Underground mains cable - 100kV to 199 kV.

1.5.5.

Underground mains cable - 200kV & Above.

1.5.6.

Underground cable joints, terminations & jointing materials - Below 1kV.

1.5.7.

Underground cable joints, terminations & jointing materials - 1kV to 19kV.

1.5.8.

Underground cable joints, terminations & jointing materials - 20kV to

99kV.

1.5.9.

Underground cable joints, terminations & jointing materials - 100kV to

199kV.

1.5.10.

Underground cable joints, terminations & jointing materials - 200kV &

Above.

1.5.11.

General wiring cable.

1.5.15.

Cable accessories (excl. ducting - use 1.18.17).

1.5.99.

Other cables (excl. underground marker materials - use 1.01.18).

1.6.1.

Covered overhead line conductor.

1.6.2.

Bare overhead line conductor.

1.6.4.

Conductor fittings.

1.6.5.

Helical fittings.

1.6.6.

Insulator fittings.

1.6.7.

Electrical insulators - porcelain.

1.6.8.

Electrical insulators - glass.

1.6.9.

Electrical insulators - polymeric.

1.6.11.

Overhead line accessories.

1.6.12.

Overhead line steelwork.

1.6.13.

Overhead line poles.

1.6.99.

Other overhead line equipment & accessories.

1.7.2.

Transformers - distribution ground mounted (2000kVA & Below).

1.7.3.

Transformers - distribution pole mounted (315kVA & Below).

1.7.4.

Transformers - generator.

1.7.5.

Transformer ancillary equipment.

1.7.20.

Transformers - current.

1.7.21.

Transformers - voltage.

1.7.24.

Substations - unit/composite.

1.7.27.

Transformers - primary (below 10MVA).

1.7.28.

Transformers - primary (10MVA to 100MVA).

1.7.29.

Transformers - grid (above 100MVA).

1.7.30.

Tap changing equipment.

1.7.31.

Transformer bushings.

1.7.32.

Quadrature boosters.

1.7.33.

Voltage regulators.

1.7.34.

Reactors.

1.7.35.

Capacitors.

1.7.99.

Other transformers.

1.8.5.

Distribution boards (1kV & Below).

1.8.6.

Earthing equipment.

1.8.7.

Electrical motors.

1.8.10.

Primary cells, batteries & chargers.

1.8.11.

Portable power supplies/mobile generators (excl. fixed generators - use

1.11.06).

1.8.13.

Heating, ventilation & air conditioning equipment (excl. power station -

use 1.11.18).

1.8.14.

Trace heating equipment.

1.8.15.

Busbars & support structures.

1.8.16.

Motor control centres & spares.

1.8.17.

Electronic cards & systems.

1.8.18.

Programmable Logic Controllers (PLC's).

1.8.19.

Lighting & accessories (excl. street lighting).

1.8.20.

Electrical/Electronic components.

1.8.21.

Control & Instrumentation systems & spares (excl. nuclear - use 1.22.12).

1.8.22.

Control & instrumentation automation hardware.

1.8.24.

Instrumentation & associated equipment (excl. optical).

1.8.26.

Detection/monitoring equipment (excl. leak detection - use 1.18.25).

1.8.99.

Other electrical, control & instrumentation equipment.

1.9.2.

Cut Outs.

1.9.5.

Relays.

1.9.9.

Fuses - below 1kV.

1.9.10.

Fuses - 1kV to 11kV.

1.9.11.

Fuses - Above 11kV.

1.9.12.

Surge diverters/arrestors.

1.9.13.

Distribution fuse cabinets/pillars.

1.9.14.

Fault passage indicators.

1.9.15.

Uninterruptible power supply (UPS) systems.

1.9.16.

Lightning protection equipment.

1.9.17.

Control & Protection cabinets/cabins for substations (38kV & above).

1.9.99.

Other electrical protection equipment.

1.10.1.

Electricity.

1.10.2.

Natural gas.

1.10.10.

Solid fuel.

1.10.14.

Insulating oils.

1.10.15.

Lubricating oils.

1.10.24.

Greases.

1.10.26.

Fuel additives.

1.10.27.

Mains water (potable).

1.10.28.

Alternative/Emergency water supplies.

1.11.1.

Industrial hot water boilers (excl. domestic boilers - use 1.01.22).

1.11.2.

Steam boilers.

1.11.3.

Boiler ancillary equipment.

1.11.4.

Generators - power station.

1.11.6.

Engines & engine spares (excl. mobile generators - use 1.08.11).

1.11.7.

Cooling systems & spares.

1.11.8.

Fuel & oil systems & spares.

1.11.9.

Feed water systems & spares.

1.11.10.

Turbines & spares - steam.

1.11.11.

Solid fuel supply systems & spares.

1.11.12.

Liquid fuel supply systems & spares.

1.11.13.

Gas fuel supply systems & spares.

1.11.14.

Ash/residue disposal systems & spares.

1.11.15.

Combustion air systems & spares.

1.11.16.

Flue gas exhaust systems & spares.

1.11.17.

Turbines & spares - gas.

1.11.18.

Power station heating & ventilation equipment.

1.11.19.

Wind power production equipment.

1.11.20.

Hydro-electric power production plant.

1.11.21.

Bio energy production equipment.

1.11.22.

Wave motion power production equipment.

1.11.23.

Combined heat & power (CHP) plant.

1.11.98.

Other boilers & boiler spares.

1.11.99.

Other generation plant & equipment.

1.13.1.

Bearings & transmission products.

1.13.2.

Mechanical seals & gaskets.

1.13.3.

Blowers, exhausters & fans.

1.13.4.

Conveyor systems incl. belts.

1.13.5.

Tanks & covers (excl. fuel - use 1.20.21).

1.13.7.

Filters (excl. car filters - use 1.20.15).

1.13.16.

Compressed air/gas systems (incl. fixed compressors & vessels).

1.13.17.

Fire fighting equipment.

1.13.24.

Oil & gas powered motors.

1.13.35.

Centrifuges.

1.13.36.

Drive belts, chains & couplings.

1.13.37.

Cranes (fixed location).

1.13.40.

Rubber hoses & couplings.

1.13.41.

Lifting gear, winches & other lifting equipment.

1.13.42.

Overhead gantries & walkways.

1.13.43.

Gas & air treatment plant.

1.13.44.

Lubrication equipment.

1.13.45.

Skid units/pressure reduction modules.

1.13.99.

Other mechanical machinery, equipment & spares.

1.14.1.

Pumps - centrifugal.

1.14.2.

Pumps - submersible.

1.14.3.

Pumps - positive displacement.

1.14.5.

Pumps - split case.

1.14.6.

Pumps - double disk.

1.14.9.

Pumps - washwater pump sets.

1.14.10.

Pumps - metering & dosing.

1.14.11.

Pumps - borehole.

1.14.12.

Pumps - macerator.

1.14.13.

Pumps - peristaltic.

1.14.14.

Pumps - portable.

1.14.15.

Pumps - hydraulic.

1.14.16.

Pumps - screw.

1.14.17.

Pumps - axial.

1.14.18.

Pumps - vacuum.

1.14.19.

Pumps - progressing cavity.

1.14.99.

Other pumps, accessories & spares.

1.16.3.

Electricity meters - credit.

1.16.4.

Electricity meters - prepayment.

1.16.5.

Electricity meters - programmable.

1.16.6.

Electrical metering control devices.

1.16.7.

Meter accessories & spares.

1.16.8.

Meter tokens & cards.

1.16.12.

Electrical meters - power station/grid.

1.16.13.

Gas meters - credit.

1.16.14.

Gas meters - prepayment.

1.16.15.

Gas meters - electronic.

1.16.16.

Governors, regulators & associated equipment.

1.16.18.

Prewired meter cabinets.

1.16.19.

Meter cabinets & housings.

1.16.99.

Other meters & associated equipment.

1.17.21.

Printing & photographic chemicals & materials.

1.19.1.

Valves - air.

1.19.2.

Valves - gate/sluice/knife.

1.19.3.

Valves - hydrants.

1.19.4.

Valves - non-return/reflux/check.

1.19.5.

Valves - penstock.

1.19.7.

Valves - needle/globe.

1.19.8.

Valves - flap.

1.19.9.

Valves - butterfly.

1.19.10.

Valves - ball.

1.19.11.

Valves - diaphragm.

1.19.12.

Valves - pressure control.

1.19.15.

Valves - solenoid.

1.19.16.

Valves - safety.

1.19.17.

Actuators.

1.19.18.

Valves - float operated.

1.19.19.

Valves - plug.

1.19.99.

Other valves, actuators & spares.

1.20.16.

Boats & marine vessels.

1.20.18.

Railway equipment.

1.20.19.

Passenger loading bridges.

1.21.1.

Tools & equipment - cable joiners.

1.21.2.

Tools & equipment - overhead line.

1.21.16.

Weighing equipment.

1.21.17.

Laboratory equipment.

1.22.1.

Nuclear gas reactor & core.

1.22.2.

Nuclear fuel assembly.

1.22.3.

Nuclear gas baffle.

1.22.4.

Nuclear gas diagrid & support skirt.

1.22.5.

Nuclear shielding.

1.22.6.

Nuclear pressure vessel & liner.

1.22.7.

Nuclear gas circulators.

1.22.8.

Nuclear control rod & assembly.

1.22.9.

Nuclear reactor pumps.

1.22.10.

Nuclear fuel route equipment.

1.22.11.

Nuclear in-service inspection equipment.

1.22.12.

Nuclear island control & instrumentation systems & spares.

1.22.13.

Nuclear reactor protection systems & spares.

1.22.14.

Radioactive waste handling & reprocessing equipment.

1.22.15.

Nuclear primary circuit pipework, vales & penetrations.

1.22.16.

Nuclear sampling systems.

1.22.17.

Nuclear cooling water & heat removal systems.

1.22.18.

Nuclear containment & ventilation systems.

1.22.19.

Dosimetry equipment & control systems.

1.22.20.

Nuclear fire barrier & containment penetrations.

1.22.21.

Nuclear fuel storage racks & equipment.

1.22.22.

Nuclear robotics/remote operations equipment.

1.22.23.

Nuclear fuel.

1.22.24.

PWR pressure vessel & internals.

1.22.25.

PWR pressuriser & pressure control systems.

1.22.26.

PWR steam generator plant.

1.22.27.

PWR chemical & volume control/reactor make-up systems.

1.22.28.

PWR emergency boration & charging systems.

1.22.99.

Other nuclear & reactor plant & equipment.

1.23.3.

Computer hardware - mainframes.

1.24.1.

Switchgear - indoor (below 1kV).

1.24.2.

Switchgear - indoor (1kV to 19kV).

1.24.3.

Switchgear - indoor (20kV to 99kV).

1.24.4.

Switchgear - indoor (100kV to 199kV).

1.24.5.

Switchgear - indoor (200kV & Above).

1.24.6.

Switchgear - outdoor (below 1kV).

1.24.7.

Switchgear - outdoor (1kV to 19kV).

1.24.8.

Switchgear - outdoor (20kV to 99kV).

1.24.9.

Switchgear - outdoor (100kV to 199kV).

1.24.10.

Switchgear - outdoor (200kV & Above).

1.24.11.

Switchgear - multi motor.

1.24.12.

Switchgear - power factor correction.

1.24.13.

Switchgear - variable speed/soft driven.

1.24.14.

Switchgear - direct current (DC).

1.24.15.

Switchgear parts & accessories.

1.24.16.

Circuit breakers.

1.24.17.

Disconnectors.

1.24.99.

Other switchgear.

1.26.1.

Propane.

1.26.2.

Butane.

1.26.3.

Oxygen.

1.26.4.

Nitrogen.

1.26.5.

Carbon dioxide.

1.26.6.

Sulphur dioxide.

1.26.7.

Sulphur hexafluoride.

1.26.8.

Argon free oxygen.

1.26.9.

Hydrogen.

1.26.10.

Methane.

1.26.11.

Acetylene.

1.26.12.

Helium.

1.26.13.

Laboratory gases.

1.26.14.

Medical gases.

1.26.15.

Argon.

1.26.16.

Argonshield.

1.26.17.

Oxygen free nitrogen.

1.26.99.

Other industrial gases.

1.27.1.

Compressor station/aero engines & spares.

1.27.2.

Compressor station plant & spares.

1.27.3.

Compressor station consumables.

1.27.4.

Compressor station fire & gas equipment.

1.27.5.

Compressor station safety & test equipment.

1.27.6.

Compressor station emission stacks.

1.27.7.

Gas holder antifreeze units.

1.27.8.

Odorisation equipment.

1.27.9.

Water bath heaters.

1.27.10.

Fogger/gas conditioning units.

1.27.11.

Integrated gas analytical systems.

1.27.12.

Gas storage plant & equipment.

1.27.99.

Other gas transmission/distribution plant & equipment.

1.28.0.

Substation materials.

1.28.1.

Hybrid GIS 275kV (includes integrated control systems).

1.28.2.

Hybrid GIS 145kV (includes integrated control systems).

1.28.3.

Dynamic reactive compensation and voltage support.

1.28.4.

Comms multiplexers.

1.28.5.

PLC terminal equipment.

1.28.6.

Insulators - station post.

1.28.99.

Other substation materials.

1.60.0.

Airport equipment.

1.60.1.

Airport specific information systems.

1.60.2.

Flight Information Displays (FIDS) (Screens with flight and gate

information).

1.60.3.

Flight Management Systems (AODB) (to register passengers per airline and

invoice airlines).

1.60.4.

Baggage handling systems (insourced/outsourced).

1.60.5.

Passenger queue measurement systems.

1.61.0.

Airport handling equipment.

1.61.1.

Baggage transportation equipment.

1.61.2.

Baggage classification equipment.

1.62.0.

Air traffic management systems.

1.62.1.

Communication systems (VHF-YHF, tetra systems).

1.62.2.

Radars and surveillance systems.

1.62.3.

Air navigation systems: ILS (Instrumental Landing Systems), NDB, VOR.

1.62.4.

Meteorological equipment: IRVR transmission meters,

AMOs/RAMOS/SAMOS/FAMOS.

1.63.0.

Airport firefighting equipment.

1.63.1.

Firefighting vehicles - airside.

2.40.6.

Facilities management services - IT.

2.41.2.

Financial consultancy.

2.41.3.

IT consultancy (excl. e-commerce - use 2.41.17).

2.41.4.

Change management consultancy.

2.41.5.

Energy management consultancy.

2.41.6.

Estates & property consultancy.

2.41.7.

Health & safety consultancy.

2.41.8.

Procurement & materials management consultancy.

2.41.9.

Public relations consultancy.

2.41.10.

Security consultancy.

2.41.11.

Telecommunications/telemetry consultancy.

2.41.12.

Environmental consultancy.

2.41.13.

Quality assurance consultancy.

2.41.14.

Personnel/human resources consultancy.

2.41.16.

Retail consultancy.

2.41.18.

Corporate planning & strategy consulting.

2.41.19.

Facilities management consultancy.

2.41.21.

Fisheries consultancy.

2.41.22.

Risk management consultancy.

2.41.23.

Value management consultancy.

2.41.99.

Other consultancy.

2.44.6.

Hazardous material handling/treatment/disposal services (incl. asbestos).

2.44.8.

Decontamination/pollution control services.

2.44.12.

Waste management services (excl. radioactive - use 3.77.09).

2.45.6.

Security services.

2.45.8.

Occupational health services.

2.45.9.

Hygiene services.

2.45.26.

Wayleave services.

2.45.46.

Rescue and emergency medical services.

2.45.48.

CAP699 competency management.

2.46.0.

Airport operations - technical services (airfield).

2.46.1.

Wildlife / bird management.

2.46.2.

Stand / coaching planning.

2.46.3.

Slots planning.

2.46.4.

Ice management / weather systems.

2.46.5.

Marshalling.

2.46.6.

Cargo systems management (processing/customs).

2.46.7.

Auditing.

2.47.0.

Airside handling.

2.47.1.

Handling aircraft - ramps.

2.47.2.

Handling passengers - PRM (People with Reduced Mobility).

3.70.15.

Building/office maintenance & refurbishment services.

3.70.17.

Fire protection & maintenance services (excl. substation - use 3.75.09).

3.70.18.

Demolition & clearance work.

3.70.20.

Roofing services.

3.70.25.

Foundation services (incl. piling).

3.70.26.

Road construction & surfacing services.

3.70.27.

Rock anchor services.

3.70.31.

General building incl. offices.

3.70.32.

Security equipment installation & maintenance.

3.70.45.

Minor civil works.

3.70.47.

Off-shore structures.

3.70.48.

Gas drying plant.

3.70.49.

Gas storage plant site services.

3.70.99.

Other building, civil engineering & associated services.

3.71.19.

Underground cable laying (incl. excavation & reinstatement) - below 1kV.

3.71.20.

Underground cable laying (incl. excavation & reinstatement) - 1kV to 19kV.

3.71.21.

Underground cable laying (incl. excavation & reinstatement) - 20kV to

99kV.

3.71.22.

Underground cable laying (incl. excavation & reinstatement) - 100kV to

199kV.

3.71.23.

Underground cable laying (incl. excavation & reinstatement) - 200kV &

Above.

3.71.24.

Underground cable jointing - below 1kV.

3.71.25.

Underground cable jointing - 1kV to 19kV.

3.71.26.

Underground cable jointing - 20kV to 99kV.

3.71.27.

Underground cable jointing - 100kV to 199kV.

3.71.28.

Underground cable jointing - 200kV & Above.

3.71.29.

Underground cable maintenance & repair - Below 1kV.

3.71.30.

Underground cable maintenance & repair - 1kV to 19kV.

3.71.31.

Underground cable maintenance & repair - 20kV to 99kV.

3.71.32.

Underground cable maintenance & repair - 100kV to 199kV.

3.71.33.

Underground cable maintenance & repair - 200kV & Above.

3.71.35.

Trenchless cable laying.

3.71.36.

Street lighting connection.

3.72.1.

Water service pipe laying (incl. excavation & reinstatement).

3.72.2.

Water mains pipe laying (incl. excavation & reinstatement).

3.72.3.

Sewer pipe laying (incl. excavation & reinstatement).

3.72.4.

Marine/river outfall.

3.72.5.

Water Service Pipe Maintenance & Repair.

3.72.6.

Water mains pipe maintenance & repair.

3.72.7.

Sewer pipe maintenance & repair.

3.72.9.

Pipe surveying services.

3.72.10.

Trenchless pipe laying (incl. pipe replacement).

3.72.11.

Borehole & well drilling.

3.72.13.

Pipework fabrication & installation.

3.72.15.

Transmission pipeline services.

3.72.18.

Heating pipe services.

3.72.19.

Flexible structures, waterproof lining services.

3.72.20.

Pipeline CCTV/inspection services.

3.72.21.

Pipe coating / lining services.

3.72.22.

Sewer jetting services.

3.72.23.

Gas service pipe laying (incl. excavation & reinstatement).

3.72.24.

Gas mains pipe laying (incl. excavation & reinstatement).

3.72.25.

Gas service pipe maintenance & repair.

3.72.26.

Gas mains pipe maintenance & repair.

3.72.27.

Sub-sea pipe laying.

3.72.97.

Other gas pipe services.

3.72.98.

Other water pipe services.

3.72.99.

Other pipe services.

3.73.1.

Boiler services.

3.73.2.

Engine services.

3.73.3.

Feed system services.

3.73.4.

Turbine services.

3.73.5.

Generator services.

3.73.6.

Fuel system services.

3.73.10.

Generation operation & maintenance services.

3.73.11.

Energy supply plant installation & operation services.

3.73.12.

Power station - combined heat & power gas turbine (CHP).

3.73.13.

Power station - Combined Cycle Gas Turbine (CCGT).

3.73.14.

Power Station - reciprocating engine combined heat & power.

3.73.15.

Steam system services.

3.73.16.

Cooling water system services.

3.73.17.

Bulk storage services.

3.73.19.

Ash/residue disposal system services.

3.73.20.

Combustion air system services.

3.73.21.

Flue gas exhaust system services.

3.73.22.

Power station heating & ventilation services.

3.73.23.

Wind farm construction.

3.73.24.

Wind power plant services (excl. construction).

3.73.25.

Hydro-electric power plant construction.

3.73.26.

Hydro-electric power plant services (excl. construction).

3.73.27.

Power station - conventional thermal power plants.

3.73.99.

Other generation services.

3.74.15.

Helicopter/air transport services (excl. overhead line surveys - use

3.79.17).

3.74.16.

Generator hire (non-system use).

3.75.2.

Substation building civil services.

3.75.3.

Protection & control system services.

3.75.4.

Telecontrol services.

3.75.5.

Switchgear services.

3.75.6.

Transformer services.

3.75.7.

Substation cabling services.

3.75.8.

Substation plant dismantling & removal.

3.75.9.

Substation fire protection services.

3.75.10.

Substation plant painting services.

3.75.11.

Substation design - transmission.

3.75.12.

Substation construction - transmission.

3.75.13.

Substation design & construction - transmission.

3.75.14.

Substation turnkey - transmission.

3.75.15.

Substation design - distribution.

3.75.16.

Substation construction - distribution.

3.75.17.

Substation design & construction - distribution.

3.75.18.

Substation turnkey - distribution.

3.75.19.

Substation general maintenance.

3.75.99.

Other substation services.

3.76.1.

Technical consultancy.

3.76.2.

Planning consultancy.

3.76.3.

Electrical consultancy - 11kV & below.

3.76.4.

Electrical consultancy - 20kV to 99kV.

3.76.5.

Electrical consultancy - 100kV to 199kV.

3.76.6.

Electrical consultancy - 200kV & above.

3.76.7.

Mechanical consultancy.

3.76.8.

Structural consultancy.

3.76.12.

Tunnels consultancy.

3.76.15.

Topographical consultancy.

3.76.22.

Civil engineering consultancy.

3.76.23.

Environmental impact surveys.

3.76.99.

Other engineering consultancy.

3.77.1.

Health physics services.

3.77.2.

Reactor physics services.

3.77.3.

Reactor core services.

3.77.4.

Gas circulator services.

3.77.5.

Control rod & assembly services.

3.77.6.

Fuel route services.

3.77.7.

Nuclear island control & instrumentation services.

3.77.8.

Nuclear decommissioning.

3.77.9.

Radioactive waste management services.

3.77.10.

Nuclear fuel services.

3.77.11.

Nuclear routine & outage plant maintenance.

3.77.12.

Nuclear power station outage management services.

3.77.13.

Nuclear safety case preparation & support services.

3.77.99.

Other nuclear & reactor services.

3.78.1.

Control & instrumentation services.

3.78.2.

Electrical inspection/testing services.

3.78.3.

Mechanical inspection/testing services.

3.78.4.

Electrical installation services.

3.78.5.

Mechanical installation services.

3.78.17.

Gas storage plant services.

3.78.18.

Mechanical maintenance and repair services.

3.78.19.

Electrical maintenance and repair services.

3.78.99.

Other mechanical, electrical, instrumentation, control & automation

services.

3.79.1.

Overhead line construction - wood pole (11kV & below).

3.79.2.

Overhead line construction - wood pole (20kV to 99kV).

3.79.3.

Overhead line inspection, maintenance & repair - wood pole (11kV & below).

3.79.4.

Overhead line inspection, maintenance & repair - wood pole (20kV to 99kV).

3.79.5.

Overhead line design - tower (20kV to 99kV).

3.79.6.

Overhead line design - tower (100kV to 199kV).

3.79.7.

Overhead line design - tower (200kV & above).

3.79.8.

Overhead line construction - tower (20kV to 99kV).

3.79.9.

Overhead line construction - tower (100kV to 199kV).

3.79.10.

Overhead line construction - tower (200kV & Above).

3.79.11.

Overhead line design & construction - tower (20kV to 99kV).

3.79.12.

Overhead line design & construction - tower (100kV to 199kV).

3.79.13.

Overhead line design & construction - tower (200kV & above).

3.79.14.

Overhead line inspection, maintenance & repair - tower (20kV to 99kV).

3.79.15.

Overhead line inspection, maintenance & repair - tower (100kV to 199kV).

3.79.16.

Overhead line inspection, maintenance & repair - tower (200kV & above).

3.79.17.

Overhead line services - surveying.

3.79.18.

Overhead line services - tree cutting.

3.79.19.

Overhead line services - tower painting.

3.79.20.

Overhead line services - scaffolding (system use).

3.79.21.

Overhead line services - wood pole installation.

3.79.24.

Overhead line construction - wood pole (100kV to 199kV).

3.79.25.

Overhead line inspection, maintenance & repair - wood pole (100kV to

199kV).

3.79.99.

Other overhead line services.

3.80.2.

Electricity meter maintenance & repair services.

3.80.3.

Gas meter maintenance & repair services.

3.80.4.

Meter installation & removal services.

3.80.5.

Meter operator services.

3.80.6.

Meter calibration services.

3.80.7.

Meter reading services.

3.80.99.

Other meter & associated services.

3.99.1.

Thermal hydrolysis.

3.99.11.

Diving services.

3.99.14.

Heat treatment/hardening services.

3.99.25.

Statutory inspection services/safety assessments.

3.99.27.

Non-destructive testing services.

3.99.28.

Scaffolding services (non-system use).

3.99.99.

Other engineering services.

Medium risk.

1.1.7.

Paints & varnishes.

1.1.8.

Insulation equipment & materials.

1.1.10.

Security equipment.

1.1.20.

Fasteners & fixings.

1.1.21.

Flood defence/landscaping building products.

1.1.30.

Plumbing equipment & sundries.

1.3.1.

Waterproof clothing.

1.4.1.

Telecommunications equipment & accessories (excl. PABX - use 1.04.23).

1.4.3.

Voice processing & other speech related products.

1.4.7.

Mobile radio equipment.

1.4.21.

ISDN equipment.

1.4.22.

C.L.A.S.S. equipment

1.4.23.

PABX equipment.

1.4.24.

Payphones & spares.

1.4.99.

Other telecommunications equipment.

1.5.12.

Telecommunications cable.

1.5.13.

Fibre optic cable.

1.5.14.

Fibre optic cable accessories.

1.5.19.

Link boxes.

1.6.14.

Stranded wire products.

1.8.23.

Optical instruments.

1.10.18.

Fuel oil.

1.10.19.

Hydraulic fluids.

1.10.99.

Other energy, oils & fuels.

1.17.24.

Storage/warehouse equipment & supplies.

1.17.25.

Packaging equipment & supplies.

1.17.80.

Recycling supplies.

1.17.81.

Recycling equipment.

1.18.1.

Pipes & fittings - fibre cement.

1.18.2.

Pipes & fittings - concrete.

1.18.3.

Pipes & fittings - ductile iron.

1.18.4.

Pipes & fittings - copper.

1.18.5.

Pipes & fittings - clay.

1.18.6.

Pipes & fittings - high density polyethylene (HDPE).

1.18.7.

Pipes & fittings - medium density polyethylene (MDPE).

1.18.8.

Pipes & fittings - MOPVC.

1.18.9.

Pipes & fittings - PVC.

1.18.10.

Pipes & fittings - Steel.

1.18.11.

Pipe fittings - clamps & collars.

1.18.12.

Pipe fittings - couplings & flanged adapters.

1.18.13.

Pipe fittings - electrofusion fittings.

1.18.14.

Pipe fittings - gunmetal.

1.18.15.

Pipe fittings - plastic.

1.18.16.

Pipes & fittings - stainless steel.

1.18.17.

Ducting.

1.18.18.

Water flange joint sets.

1.18.19.

Pipe accessories, consumables & associated supplies.

1.18.20.

Surface boxes & chambers.

1.18.25.

Leak detection, control & repair equipment/materials.

1.18.26.

Pipes & fittings - GRP.

1.18.27.

Standpipes.

1.18.99.

Other pipes.

1.20.1.

Passenger cars.

1.20.2.

Vans - car-derived.

1.20.3.

Commercial vehicles.

1.20.6.

Specialist vehicles, tankers, bodies & trailers.

1.20.7.

Tyres & tubes.

1.20.8.

Cable/pipe laying plant.

1.20.9.

Mobile plant (excl. mechanical handling plant - use 1.20.13).

1.20.10.

Trenchless equipment.

1.20.11.

Access platforms & equipment.

1.20.12.

Horticultural equipment.

1.20.13.

Cranes (mobile) & mechanical handling plant/equipment.

1.20.14.

Garage equipment.

1.20.15.

Vehicle/mobile plant parts & accessories.

1.20.21.

Fuel delivery, storage and dispensing equipment.

1.20.98.

Other transport.

1.20.99.

Other mobile plant.

1.21.3.

Insulated tools.

1.21.6.

Power tools (incl. pneumatic/hydraulic).

1.21.8.

Test & inspection equipment.

1.21.9.

Workshop machinery & equipment.

1.21.10.

Industrial cleaning equipment.

1.21.14.

Welding & cutting equipment (incl. consumables).

1.21.15.

Tools & equipment - pipeline.

1.21.18.

Pollution control equipment.

1.21.20.

Port/marine tools & equipment.

1.21.99.

Other tools & specialist equipment.

1.23.99.

Other computer equipment & supplies.

2.40.8.

Telecommunication network services.

2.40.11.

IT network services.

2.40.12.

Internet/Intranet services.

2.40.13.

Telecommunication equipment & associated services.

2.40.14.

Call centre services.

2.40.15.

E-commerce services

2.40.99.

Other telecommunication services (excl. line construction, maintenance &

repair).

2.41.17.

E-commerce consultancy

2.41.20.

Marketing & advertising consultancy.

2.41.27.

Insurance consultancy.

2.41.28.

Corporate social responsibility consultancy.

2.42.16.

Insurance brokerage.

2.43.1.

Travel agency services.

2.43.2.

Hotel/accommodation services.

2.43.99.

Other hotel, travel & catering services.

2.44.1.

Sewage/sludge disposal services.

2.44.3.

Refuse/general waste disposal services.

2.44.7.

Non-hazardous disposal services.

2.44.10.

Recycling services.

2.44.11.

Waste skip hire.

2.44.99.

Other disposal services.

2.45.3.

Printing & publication services (excl. pre-printed stationery - use

1.17.13).

2.45.7.

Training & education services - functional.

2.45.11.

Office & depot cleaning services.

2.45.14.

Market research services.

2.45.15.

Postal & mailing services (excl. courier services - use 3.74.05).

2.45.19.

Facilities management (excl. IT - use 2.40.06).

2.45.28.

Graphic & media design services.

2.45.31.

Marketing & advertising services.

2.45.32.

[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Glasgow: repair and maintenance services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168957-2012 Part 2 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000, 66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000, 79000000, 80000000, 85000000, 90000000, 92000000, 98000000, 75000000

Repair and maintenance services, Installation services (except software), Hotel, restaurant and retail trade services, Transport services (excl. Waste transport), Supporting and auxiliary transport services travel agencies services, Postal and telecommunications services, Public utilities, Financial and insurance services, Real estate services, Architectural, construction, engineering and inspection services, IT services: consulting, software development, Internet and support, Research and development services and related consultancy services, Services related to the oil and gas industry, Agricultural, forestry, horticultural, aquacultural and apicultural, services, Business services: law, marketing, consulting, recruitment, printing and, security, Education and training services, Health and social work services, Sewage, refuse, cleaning and environmental services, Recreational, cultural and sporting services, Other community, social and personal services, Administration, defence and social security services

AGENCY: SCOTTISH POWER PLC.

COUNTRY: GB. LANGUAGE: EN

Part 2 of 2

Audit services (excl. financial - use 2.42.08).

2.45.33.

Asset management/operation services.

2.45.99.

Other business & administrative services.

3.70.14.

Industrial painting & specialist coating services.

3.70.16.

Grounds care maintenance.

3.70.19.

Lift/escalator services.

3.70.21.

Concrete services.

3.70.22.

Fencing services.

3.70.23.

Land reinstatement services.

3.70.24.

Landscaping services (incl. earthworks).

3.70.33.

Modular structures.

3.70.34.

Heating, ventilation & air conditioning services (excl. power station -

use 3.73.22).

3.70.35.

Insulation services.

3.70.61.

Rope access and abseiling services.

3.71.99.

Other underground cable services.

3.74.1.

Vehicle accident & repair services.

3.74.3.

Vehicle maintenance.

3.74.8.

Mobile plant hire services.

3.74.10.

Mobile plant maintenance.

3.74.13.

Vehicle disposal services.

3.74.21.

Weighbridge services.

3.74.23.

Generator hire (system use).

3.76.14.

Quantity surveying.

3.76.19.

Archaeological consultancy & surveys.

3.76.21.

Architectural services.

3.76.25.

Pipeline consultancy.

3.76.27.

Geotechnical site investigation services.

3.78.8.

Compressed air/gas system services.

3.78.9.

Metal & steel fabrication services.

3.78.12.

Deplanting/decommissioning services.

3.78.15.

Gas network plant services.

3.78.16.

Lighting services.

3.99.3.

Calibration services (excl. Meter - use 3.80.06).

3.99.9.

Tool, instrument & specialist equipment services.

3.99.13.

Anti corrosion & cathodic protection services.

3.99.19.

Joint sealing services.

3.99.24.

Flood defence services.

3.99.29.

Industrial cleaning services.

3.99.31.

Welding services.

3.99.32.

Monitoring services.

3.99.33.

Laboratory services.

3.99.35.

Fisheries services.

3.99.36.

Salvaging services.

Low risk.

1.1.1.

Sand.

1.1.2.

Gravel.

1.1.3.

Aggregate & stone.

1.1.4.

Reinstatement products.

1.1.5.

Concrete ready mixed.

1.1.6.

Pre-Cast building products.

1.1.9.

Mobile accommodation units (excl. hire - use 3.74.29).

1.1.11.

Enclosures & kiosks (excl. meter housings - use 1.16.19).

1.1.12.

Signs (excl. road signs - use 1.01.13).

1.1.13.

Road furniture.

1.1.14.

Fencing.

1.1.15.

Steel/metal materials (excl. cables & pipes).

1.1.16.

Timber materials (excl. wood poles - use 1.06.13).

1.1.17.

Horticultural products.

1.1.18.

Underground marker materials.

1.1.19.

Insulation/plastic tape.

1.1.22.

Domestic appliances.

1.1.23.

Adhesives & sealants - general.

1.1.24.

Airport/port security equipment.

1.1.25.

Environmental/reclaimed building products.

1.1.26.

Prefabricated buildings.

1.1.27.

Industrial consumables.

1.1.28.

Off-shore structure equipment.

1.1.98.

Other Quarry products.

1.1.99.

Other building/civil products.

1.2.1.

Aluminium sulphate.

1.2.2.

Activated carbon.

1.2.3.

Calcium hydroxide.

1.2.4.

Chlorine.

1.2.5.

Ferric chloride.

1.2.7.

Hydrogen peroxide.

1.2.8.

Phosphoric acid.

1.2.9.

Poly aluminium chloride.

1.2.10.

Potassium permanganate.

1.2.12.

Sodium chloride.

1.2.15.

Sodium silicate.

1.2.16.

Sodium thiosulphate.

1.2.19.

Trichloroethane.

1.2.20.

Distilled water.

1.2.22.

Reagents/buffer solutions.

1.2.24.

Ammonium sulphate.

1.2.25.

Sodium carbonate.

1.2.28.

Sodium bicarbonate.

1.2.29.

Sodium bisulphite.

1.2.30.

Hexafluorosilicic acid.

1.2.31.

Ferrous sulphate.

1.2.32.

Ferrous chloride.

1.2.33.

Calcium nitrate.

1.2.34.

Calcium oxide.

1.2.36.

Odourant - mains gas.

1.2.37.

Ferric nitrate.

1.2.38.

Aluminium chloride.

1.2.96.

Other sodium-based chemicals.

1.2.97.

Other calcium-based chemicals.

1.2.98.

Other iron-based chemicals.

1.3.3.

Work wear/corporate clothing.

1.3.5.

Footwear (excl. protective - use 1.03.06).

1.3.99.

Other clothing & footwear.

1.4.26.

Radio clocks.

1.5.16.

Control & instrumentation cable.

1.5.17.

Control & instrumentation cable accessories.

1.5.18.

Solder.

1.6.10.

Overhead line towers.

1.8.25.

Photographic equipment.

1.8.27.

Evaporators, refrigerators & cryogenerators (excl. air conditioning - use

1.08.13).

1.8.28.

Docking guidance systems.

1.8.29.

Car park equipment & systems.

1.8.30.

Airfield lighting.

1.8.31.

Ticket vending machines.

1.10.11.

Petrol.

1.10.16.

Paraffin.

1.10.17.

Heating oils.

1.10.23.

Degreasants & solvents.

1.10.25.

Biodegradable oils.

1.11.24.

Solar power production equipment.

1.16.1.

Water meters (encoded).

1.16.2.

Water meters (non-encoded).

1.17.1.

Office equipment (excl. printers - use 1.23.04).

1.17.2.

Office furniture.

1.17.3.

Office stationery.

1.17.4.

Office furnishings & fittings (excl. furniture - use 1.17.02).

1.17.5.

Audio & visual equipment & accessories.

1.17.7.

Drawing office equipment & supplies.

1.17.9.

Paper & card.

1.17.13.

Pre-printed stationery/supplies.

1.17.16.

Publications (off-the-shelf).

1.17.17.

Paper maps.

1.17.18.

Janitorial equipment & supplies.

1.17.22.

Catering equipment.

1.17.23.

Catering supplies.

1.17.26.

Security printing.

1.17.27.

Pre-printed plastic cards.

1.17.99.

Other office materials & supplies.

1.20.17.

Bicycles & spares.

1.20.20.

Baggage trolleys.

1.21.4.

Hand tools (non-powered).

1.21.5.

Tools & equipment - drilling.

1.21.11.

Workshop cleaning consumables.

1.21.13.

Abrasive products.

1.21.19.

Ladders.

1.23.1.

Computer hardware & accessories - workstations/servers.

1.23.2.

Computer hardware & accessories - portable.

1.23.4.

Computer peripherals.

1.23.5.

Network equipment & accessories.

1.23.6.

Software development tools.

1.23.7.

General business software (off-the-shelf).

1.23.8.

Specialist business software (excl. software development - use 2.40.02).

1.23.9.

Technical software.

1.23.10.

Utility software.

1.23.11.

Computer consumables (excl. laser/inkjet paper - use 1.17.09).

1.23.12.

Computer systems.

1.25.1.

Digestors - sewage & sludge.

1.25.2.

Macerators.

1.25.3.

Odour control equipment.

1.25.4.

Dewatering equipment.

1.25.5.

Waste water scrapers.

1.25.6.

Screens & associated equipment.

1.25.7.

Disinfection equipment.

1.25.8.

Dosing plant.

1.25.9.

Sulphinators.

1.25.10.

Mixing units.

1.25.11.

Incineration equipment.

1.25.12.

Comminutor (pulverization) equipment.

1.25.13.

Detritor (grit removal) equipment.

1.25.14.

Classifier equipment.

1.25.15.

Aeration equipment.

1.25.16.

Surge suppression equipment.

1.25.99.

Other water treatment plant.

2.40.1.

Hardware services.

2.40.2.

Software development services.

2.40.3.

Software support services.

2.40.4.

IT training.

2.40.7.

Recruitment services - IT.

2.40.10.

Data collection & handling services (excl. meter reading - use 3.80.07).

2.40.16.

Escrow services.

2.40.17.

IT disaster recovery services.

2.40.98.

Other computer services.

2.41.15.

Community relations consultancy.

2.41.29.

Public consultation consultancy.

2.42.1.

Banking services.

2.42.2.

Insurance services.

2.42.3.

Pension funding services.

2.42.4.

Financial leasing services.

2.42.5.

Cash collection services.

2.42.6.

Accountancy services.

2.42.7.

Shareholder services.

2.42.8.

Financial audit services.

2.42.9.

Debt collection services.

2.42.10.

Claims management services.

2.42.11.

Licensing services.

2.42.12.

Recruitment services - finance.

2.42.13.

Auction services.

2.42.14.

Credit/procurement card services.

2.42.17.

Customer acquisition services.

2.42.99.

Other financial & accountancy services.

2.43.3.

Catering services (offsite).

2.43.4.

Catering services (onsite).

2.43.5.

Vending machine services.

2.44.2.

Scrap disposal services.

2.44.4.

Sanitation services.

2.44.5.

Vermin control services.

2.45.1.

Legal services.

2.45.2.

Photographic services.

2.45.4.

Public relations services.

2.45.5.

Recruitment services (excl. IT & finance - use 2.40.07 & 2.42.12).

2.45.10.

Conference/event management services (incl. entertainment).

2.45.12.

Window cleaning services.

2.45.13.

Laundry services.

2.45.16.

Real estate services.

2.45.17.

Furniture maintenance & repair services.

2.45.18.

Office equipment services.

2.45.20.

Meteorological services.

2.45.22.

Technical/procedural writing services.

2.45.23.

Subscription services.

2.45.25.

Removal/relocation services (excl. storage services - use 3.74.07).

2.45.27.

Promotional/corporate goods.

2.45.29.

Personnel/human resources services.

2.45.30.

Language translation services.

2.45.35.

Plastic card fulfilment services.

2.45.36.

Training & education services - personnel related.

2.45.47.

Sales service.

3.70.1.

Pumping station - clean water.

3.70.2.

Pumping station - waste water.

3.70.3.

Treatment works - waste water.

3.70.4.

Treatment works - clean water.

3.70.5.

Water tower.

3.70.6.

Reservoir/dam/weir/lock.

3.70.7.

Tunnelling & shafts (incl. penstocks).

3.70.8.

Gas storage leaching.

3.70.11.

Carpentry services.

3.70.12.

Plumbing services.

3.70.13.

Electrician services.

3.70.36.

Flood defence construction.

3.70.37.

Carpark construction.

3.70.38.

Airport construction.

3.70.39.

Pipeline construction.

3.70.40.

Harbour & marine engineering works.

3.70.41.

Land reclamation works & services.

3.70.42.

Railway construction.

3.70.43.

Gas transmission system plant construction.

3.70.44.

Gas transmission system plant repairs & upgrades.

3.70.46.

Bridge construction.

3.70.50.

Bridge maintenance.

3.71.16.

Subsea cable services.

3.71.17.

Underground telecommunication cable laying (incl. excavation &

reinstatement).

3.71.18.

Underground telecommunication cable maintenance & repair.

3.71.34.

Multi-utility cable & pipe laying (incl. excavation & reinstatement).

3.73.28.

Microgeneration services.

3.74.2.

Vehicle bodybuilding.

3.74.4.

Vehicle recovery services.

3.74.5.

Courier services.

3.74.6.

Transportation services.

3.74.7.

Storage & warehousing services.

3.74.9.

Mechanical handling equipment maintenance (excl. fixed cranes - use

3.74.26).

3.74.11.

Windscreen replacement.

3.74.12.

Vehicle washing services.

3.74.14.

Vehicle leasing & hire services.

3.74.17.

Traffic lights hire.

3.74.19.

Fleet management services.

3.74.20.

Railway track maintenance.

3.74.22.

Signing, guarding & lighting services (NRSWA).

3.74.24.

Tool hire.

3.74.25.

Boats/marine vessel maintenance.

3.74.26.

Fixed crane services.

3.74.27.

Traffic management services.

3.74.28.

Garage/workshop equipment maintenance.

3.74.29.

Mobile accomodation unit hire.

3.74.30.

Fuel card services.

3.74.31.

Marine equipment maintenance & repair services (excl. boats - use

3.74.25).

3.74.34.

Haulage - low-loader (except haulage - general - see 3.74.6).

3.74.98.

Other hire services.

3.74.99.

Other transport & storage services.

3.76.9.

Cathodic protection consultancy.

3.76.10.

Hydrology & hydrogeology consultancy.

3.76.11.

Process consultancy.

3.76.13.

Dams consultancy.

3.76.17.

Scientific consultancy.

3.76.18.

Surveying services (excl. overhead line & pipeline surveying).

3.76.20.

Control & instrumentation consultancy.

3.76.24.

Hydraulic modelling consultancy.

3.76.26.

Project management consultancy.

3.76.28.

Cartography services (incl. section 105).

3.76.29.

Airfield consultancy.

3.76.30.

Fire consultancy.

3.76.31.

Flood defence consultancy.

3.76.32.

Harbour & marine consultancy.

3.76.33.

Port planning services.

3.76.34.

Gas network consultancy & services.

3.76.35.

Railway consultancy.

3.78.6.

Pump services.

3.78.7.

Valve services.

3.78.10.

Motor rewind services.

3.78.11.

Machining services.

3.78.13.

Gas appliance services.

3.78.14.

Water treatment plant services.

3.79.22.

Telecommunication overhead line construction.

3.79.23.

Telecommunication overhead line maintenance & repair.

3.80.1.

Water meter maintenance & repair services.

3.99.4.

Research & development.

3.99.5.

Testing & analysis services.

3.99.12.

Agricultural & land drainage services.

3.99.23.

Dredging services.

3.99.34.

Canal & river services (excl. river defence - use 3.99.24).

3.99.37.

Hydrographic services.

3.99.40.

Product testing.

3.99.41.

Machinery testing.

3.99.42.

Compliance and assessing services.

3.99.43.

Ecology and biodiversity.

II.4) Common procurement vocabulary (CPV)

50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000,

66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000,

79000000, 80000000, 85000000, 90000000, 92000000, 98000000, 75000000

II.5) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Qualification for the system:

Conditions to be fulfilled by economic operators in view of their

qualification: Conditions to be fulfilled by economic operators in view of

their qualification:

The UVDB / verify will be the first stage of qualification and will either

be used as the basis for tender selection or may be supplemented by

additional qualification criteria established by Scottish Power Plc in

specific product or service areas.

It should be noted that Scottish Power Plc reserves the right not to use

the UVDB for certain contracts where it deems it necessary. Where such

contracts are covered fully by the EU procurement legislation will instead

publish a separate call for competition for that contract in the

supplement to the Official Journal of the European Union.

Scottish Power Plc also reserves the right to use the UVDB / verify in the

compilation of tender lists for contracts not covered fully by the EU.

Procurement legislation the UVDB system has led to savings to both

economic operators (vendors) and purchasers and ensures that vendors

benefit from a reduced workload.

Whilst their applications are dealt with fairly and consistently by

subscribing utilities.

The administrative costs are being met by the subscribing utilities and

vendors. Vendors registering will therefore be required to make a

contribution of 515 GBP for up to 7 product codes, 640 GBP for 8 to 14

product codes, 815 GBP for 15 to 21 product codes and 1 015 GBP for 21 or

more product codes (plus VAT for UK applicants) annually.

Towards these costs which is payable prior to dispatch of registration

material. Suppliers or contractors who have already registered on the UVDB

need not reapply, but may wish to ensure that they are entered under all

relevant product or service categories. Where verify is required they

should ensure that they have been audited to the appropriate verify level

as the content and pricing structure depends on risk level. Verify

Category A 260 GBP, verify category B1 1 145 GBP, verify category B2 1 560

GBP and verify category C 1 145 GBP. Please note that for factory audits

under verify category D, the prices may vary so please contact Achilles

for a quote.

Means of access to the qualification system is on a permanent basis.

Methods according to which each of those conditions will be verified:

These will be described in the details of the scheme available from the

UVDB team.

Section V: Procedure

IV.1) Award criteria

IV.1.1) 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.1.2) Information about electronic auction

An electronic auction will be used: yes

Additional information about electronic auction:

IV.2) Administrative information

IV.2.1) File reference number attributed by the contracting entity:

Scottish Power Plc-QSN-Services-May-2012.

IV.2.2) Duration of the qualification system

Indefinite duration

IV.2.3) Information about renewals

Renewal of the qualification system: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: yes

Reference to project(s) and/or programme(s): Some contracts may be

financed by EU Funds.

VI.3) Procedures for appeal

VI.3.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Subscribers

subject to the EU procurement legislation of England, Wales and Northern

Ireland will, where appropriate, incorporate a minimum 10 calendar day

standstill period (or 15 days if non electronic or fax methods used) at

the point that information on the award of the contract is communicated to

tenderers. If an appeal regarding the award of a contract has not been

successfully resolved then the public contracts regulations 2006 provide

for aggrieved parties who have been harmed or are at risk of harm by a

breach of the rules to take action in the High Court (England, Wales and

Northern Ireland).

VI.4) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Warwick: agricultural, farming, fishing, forestry and related products

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168962-2012 Part 1 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 2 - Supply contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

03000000, 15000000, 16000000, 18000000, 19000000, 22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 37000000, 38000000, 39000000, 41000000, 42000000, 43000000, 44000000, 48000000, 09000000, 14000000

Agricultural, farming, fishing, forestry and related products, Food, beverages, tobacco and related products, Agricultural machinery, Clothing, footwear, luggage articles and accessories, Leather and textile fabrics, plastic and rubber materials, Printed matter and related products, Chemical products, Office and computing machinery, equipment and supplies except furniture, and software packages, Electrical machinery, apparatus, equipment and consumables lighting, Radio, television, communication, telecommunication and related equipment, Medical equipments, pharmaceuticals and personal care products, Transport equipment and auxiliary products to transportation, Security, fire-fighting, police and defence equipment, Musical instruments, sport goods, games, toys, handicraft, art materials, and accessories, Laboratory, optical and precision equipments (excl. glasses), Furniture (incl. office furniture), furnishings, domestic appliances, (excl. lighting) and cleaning products, Collected and purified water, Industrial machinery, Machinery for mining, quarrying, construction equipment, Construction structures and materials auxiliary products to construction, (except electric apparatus), Software package and information systems, Petroleum products, fuel, electricity and other sources of energy, Mining, basic metals and related products

AGENCY: NATIONAL GRID PLC

COUNTRY: GB. LANGUAGE: EN

Part 1 of 2

Qualification system – utilities

Directive 2004/17/EC

This notice is a call for competition yes

Section I: Contracting entity

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

National Grid Plc

National Grid House, Warwick Technology Park, Gallows Hill

CV34 6DA Warwick

UNITED KINGDOM

Telephone: +44 1235861118

Internet address(es):

General address of the contracting entity:

Address of the buyer profile:

Electronic submission of tenders and requests to participate:



I.2) Main activity

Production, transport and distribution of gas and heat

Electricity

Exploration and extraction of gas and oil

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 qualification system

II.1) Title attributed to the contract by the contracting entity:

UVDB (utlities vendor database).

II.2) Type of contract

Supplies

II.3) Description of the works, services or goods to be procured through

the qualification system:

This notice is to indicate that National Grid Plc will use the UVDB

system, which is managed by Achilles Information Limited, as a system for

the registration of suppliers, contractors and service providers (vendors)

for the purposes of awarding contracts of any value that are fully covered

by the EU procurement legislation and may use it for other contracts. This

notice represents a call for competition under the relevant legislation.

From 27.9.2011. When selecting suppliers to tender for contracts, for

certain types of contract it considers to represent a high risk to its

operations, National Grid Plc will require suppliers to be on the UVDB and

audited using the Achilles verify supplier audit system. These types of

contract are indicated below, identified by Achilles code numbers.

Suppliers must ensure UVDB registration and completion of verify audit

requirements to be considered for selection for tender lists for these

types of contracts.

This notice also includes Achilles code numbers for other contracts, where

National Grid Plc considers the risk to its operations as lower. In order

to be considered for selection for medium risk tender lists for these

types of contracts only UVDB registration is required initially and in

order to be considered for selection for low.

Risk tender lists for these types of below threshold contracts, only TSMS

registration is required. Low risk suppliers who wish to be considered for

over threshold contracts will be required to register on UVDB as well.

High risk 1.1.27.

Industrial consumables 1.2.0.

Chemicals 1.2.1.

Aluminium sulphate 1.2.2.

Activated carbon 1.2.3.

Calcium hydroxide 1.2.4.

Chlorine 1.2.5.

Ferric chloride 1.2.6.

Ferric sulphate 1.2.7.

Hydrogen peroxide 1.2.8.

Phosphoric acid 1.2.9.

Poly aluminium Chloride 1.2.10.

Potassium permanganate 1.2.12.

Sodium chloride 1.2.13.

Sodium hydroxide 1.2.14.

Sodium hypochlorite 1.2.15.

Sodium silicate 1.2.16.

Sodium thiosulphate 1.2.17.

Sulphuric acid 1.2.18.

Polyelectrolytes 1.2.19.

Trichloroethane 1.2.20.

Distilled water 1.2.21.

Laboratory chemicals 1.2.22.

Reagents/buffer solutions 1.2.23.

Hydrochloric acid 1.2.24.

Ammonium sulphate 1.2.25.

Sodium carbonate 1.2.27.

Hydrazine hydrate 1.2.28.

Sodium bicarbonate 1.2.29.

Sodium bisulphite 1.2.30.

Hexafluorosilicic acid 1.2.31.

Ferrous sulphate 1.2.32.

Ferrous chloride 1.2.33.

Calcium nitrate 1.2.34.

Calcium oxide 1.2.35.

Molten sulphur 1.2.36.

Odourant - mains gas 1.2.96.

Other sodium-based chemicals 1.2.97.

Other calcium-based chemicals 1.2.98.

Other iron-based chemicals 1.2.99.

Other chemicals 1.3.0.

Clothing, footwear & personal protective equipment 1.3.1.

Waterproof clothing 1.3.2.

Protective clothing 1.3.3.

Work wear/corporate clothing 1.3.5.

Footwear (excl. protective - use 1.03.06) 1.3.6.

Personal protective equipment 1.3.99.

Other clothing & footwear 1.4.0.

Telecommunications equipment 1.4.1.

Telecommunications equipment & accessories (excl. PABX - use 1.04.23)

1.4.3.

Voice processing & other speech related products 1.4.4.

Telecommunication transmission equipment 1.4.5.

Telemetry equipment 1.4.6.

Scada & telecontrol equipment 1.4.7.

Mobile radio equipment 1.4.8.

Microwave (incl. UHF scanning) 1.4.9.

Antennae/aerial masts 1.4.21.

ISDN equipment 1.4.22.

CLASS equipment 1.4.23.

PABX equipment 1.4.24.

Payphones & spares 1.4.25.

Communication tower steel structures 1.4.26.

Radio clocks 1.4.27.

Synchronising equipment (incl. interfacing equipment) 1.4.28.

Satellite communications equipment 1.4.29.

Radar equipment 1.4.99.

Other telecommunications equipment 1.5.0.

Cables & accessories 1.5.1.

Underground mains & service cable - below 1kV 1.5.2.

Underground mains cable - 1kV to 19kV 1.5.3.

Underground mains cable - 20kV to 99kV 1.5.4.

Underground mains cable - 100kV to 199 kV 1.5.5.

Underground mains cable - 200kV & Above 1.5.6.

Underground cable joints, terminations & jointing materials - below 1kV

1.5.7.

Underground cable joints, terminations & jointing materials - 1kV to 19kV

1.5.8.

Underground cable joints, terminations & jointing materials - 20kV to 99kV

1.5.9.

Underground cable joints, terminations & jointing materials - 100kV to

199kV 1.5.10.

Underground cable joints, terminations & jointing materials - 200kV &

Above 1.5.11.

General wiring cable 1.5.12.

Telecommunications cable 1.5.13.

Fibre optic cable 1.5.14.

Fibre optic cable accessories 1.5.15.

Cable accessories (excl. Ducting - use 1.18.17) 1.5.16.

Control & instrumentation cable 1.5.17.

Control & instrumentation cable accessories 1.5.18.

Solder 1.5.19.

Link boxes 1.5.20.

Subsea cables 1.5.99.

Other cables (excl. underground marker materials - use 1.01.18) 1.6.0

Overhead line equipment & accessories 1.6.1.

Covered overhead line conductor 1.6.2.

Bare overhead line conductor 1.6.4.

Conductor fittings 1.6.5.

Helical fittings 1.6.6.

Insulator fittings 1.6.7.

Electrical insulators - Porcelain 1.6.8.

Electrical insulators - glass 1.6.9.

Electrical insulators - polymeric 1.6.10.

Overhead line towers 1.6.11.

Overhead line accessories 1.6.12.

Overhead line steelwork 1.6.13.

Overhead line poles 1.6.14.

Stranded wire products 1.6.99.

Other overhead line equipment & accessories 1.7.0.

Transformers, reactors & capacitors 1.7.2.

Transformers - distribution ground mounted (2000kVA & below) 1.7.3.

Transformers - distribution pole mounted (315kVA & below) 1.7.4.

Transformers - generator 1.7.5.

Transformer ancillary equipment 1.7.20.

Transformers - current 1.7.21.

Transformers - voltage 1.7.24.

Substations - unit/composite 1.7.27.

Transformers - primary (below 10MVA) 1.7.28.

Transformers - primary (10MVA to 100MVA) 1.7.29.

Transformers - grid (above 100MVA) 1.7.30.

Tap changing equipment 1.7.31.

Transformer bushings 1.7.32.

Quadrature boosters 1.7.33.

Voltage regulators 1.7.34.

Reactors 1.7.35.

Capacitors 1.7.99.

Other transformers 1.8.20.

Electrical/electronic components 1.8.21.

Control & instrumentation systems & spares (excl. nuclear - use 1.22.12)

1.9.0.

Electrical protection equipment 1.9.2.

Cut outs 1.9.5.

Relays 1.9.9.

Fuses - below 1kV 1.9.10.

Fuses - 1kV to 11kV 1.9.11.

Fuses - above 11kV 1.9.12.

Surge diverters/arrestors 1.9.13.

Distribution fuse cabinets/pillars 1.9.14.

Fault passage indicators 1.9.15.

Uninterruptible power supply (UPS) systems 1.9.16.

Lightning protection equipment 1.9.17.

Control & protection cabinets/cabins for substations (38kV & above)

1.9.99.

Other electrical protection equipment 1.10.0.

Energy, water, fuels, oils & greases 1.10.1.

Electricity 1.10.2.

Natural gas 1.10.10.

Solid fuel 1.10.11.

Petrol 1.10.14.

Insulating oils 1.10.15.

Lubricating oils 1.10.16.

Paraffin 1.10.17.

Heating oils 1.10.18.

Fuel oil 1.10.19.

Hydraulic fluids 1.10.23.

Degreasants & solvents 1.10.24.

Greases 1.10.25.

Biodegradable oils 1.10.26.

Fuel additives 1.10.27.

Mains water (potable) 1.10.28.

Alternative/emergency water supplies 1.10.99.

Other energy, oils & fuels 1.13.0.

Mechanical machinery, equipment & spares 1.13.1.

Bearings & transmission products 1.13.2.

Mechanical seals & gaskets 1.13.3.

Blowers, exhausters & fans 1.13.4.

Conveyor systems incl. belts 1.13.5.

Tanks & covers (excl. fuel - use 1.20.21) 1.13.7.

Filters (excl. Car Filters - use 1.20.15) 1.13.16.

Compressed air/gas systems (incl. fixed compressors & vessels) 1.13.17.

Fire fighting equipment 1.13.24.

Oil & gas powered motors 1.13.35.

Centrifuges 1.13.36.

Drive belts, chains & couplings 1.13.37.

Cranes (fixed location) 1.13.40.

Rubber hoses & couplings 1.13.41.

Lifting gear, winches & other lifting equipment 1.13.42.

Overhead gantries & walkways 1.13.43.

Gas & air treatment plant 1.13.44.

Lubrication equipment 1.13.45.

Skid units/pressure reduction modules 1.13.99.

Other mechanical machinery, equipment & spares 1.16.3.

Electricity meters - credit 1.16.13.

Gas meters - credit 1.16.14.

Gas meters - prepayment 1.18.0.

Pipes & accessories 1.18.1.

Pipes & fittings - fibre cement 1.18.2.

Pipes & fittings - concrete 1.18.3.

Pipes & fittings - ductile iron 1.18.4.

Pipes & fittings - copper 1.18.5.

Pipes & fittings - clay 1.18.6.

Pipes & fittings - high density polyethylene (HDPE) 1.18.7.

Pipes & fittings - medium density polyethylene (MDPE) 1.18.8.

Pipes & fittings - MOPVC 1.18.9.

Pipes & fittings - PVC 1.18.10.

Pipes & fittings - steel 1.18.11.

Pipe fittings - clamps & Collars 1.18.12.

Pipe fittings - couplings & flanged adapters 1.18.13.

Pipe fittings - electrofusion fittings 1.18.14.

Pipe fittings - gunmetal 1.18.15.

Pipe Fittings - plastic 1.18.16.

Pipes & fittings - stainless steel 1.18.17.

Ducting 1.18.18.

Water flange joint sets 1.18.19.

Pipe accessories, consumables & associated supplies 1.18.20.

Surface boxes & chambers 1.18.25.

Leak detection, control & repair equipment/materials 1.18.26.

Pipes & fittings - GRP 1.18.27.

Standpipes 1.18.99.

Other Pipes 1.19.0.

Valves, actuators & spares 1.19.1.

Valves - air 1.19.2.

Valves - gate/sluice/knife 1.19.3.

Valves - hydrants 1.19.4.

Valves - non-return/reflux/check 1.19.5.

Valves - penstock 1.19.7.

Valves - needle/globe 1.19.8.

Valves - flap 1.19.9.

Valves - butterfly 1.19.10.

Valves - ball 1.19.11.

Valves - diaphragm 1.19.12.

Valves - pressure control 1.19.15.

Valves - solenoid 1.19.16.

Valves - safety 1.19.17.

Actuators 1.19.18.

Valves - float operated 1.19.19.

Valves - plug 1.19.99.

Other valves, actuators & spares 1.20.0.

Transport & mobile plant 1.20.1.

Passenger cars 1.20.2.

Vans - car-derived 1.20.3.

Commercial vehicles 1.20.6.

Specialist vehicles, tankers, bodies & trailers 1.20.7.

Tyres & tubes 1.20.8.

Cable/pipe laying plant 1.20.9.

Mobile plant (excl. mechanical handling plant - use 1.20.13) 1.20.10.

Trenchless equipment 1.20.11.

Access platforms & equipment 1.20.12.

Horticultural equipment 1.20.13.

Cranes (mobile) & mechanical handling plant/equipment 1.20.14.

Garage equipment 1.20.15.

Vehicle/mobile plant parts & accessories 1.20.16.

Boats & marine vessels 1.20.17.

Bicycles & spares 1.20.18.

Railway equipment 1.20.19.

Passenger loading bridges 1.20.20.

Baggage trolleys 1.20.21.

Fuel delivery, storage and dispensing equipment 1.20.98.

Other transport 1.20.99.

Other mobile plant 1.23.5.

Network equipment & accessories 1.24.0.

Switchgear 1.24.1.

Switchgear - Indoor (Below 1kV) 1.24.2.

Switchgear - indoor (1kV to 19kV) 1.24.3.

Switchgear - indoor (20kV to 99kV) 1.24.4.

Switchgear - indoor (100kV to 199kV) 1.24.5.

Switchgear - indoor (200kV & Above) 1.24.6.

Switchgear - outdoor (below 1kV) 1.24.7.

Switchgear - outdoor (1kV to 19kV) 1.24.8.

Switchgear - outdoor (20kV to 99kV) 1.24.9.

Switchgear - outdoor (100kV to 199kV) 1.24.10.

Switchgear - outdoor (200kV & Above) 1.24.11.

Switchgear - multi motor 1.24.12.

Switchgear - power factor correction 1.24.13.

Switchgear - variable speed/soft driven 1.24.14.

Switchgear - direct current (DC) 1.24.15.

Switchgear parts & accessories 1.24.16.

Circuit breakers 1.24.17.

Disconnectors 1.24.99.

Other Switchgear 1.26.0.

Industrial gases 1.26.1.

Propane 1.26.2.

Butane 1.26.3.

Oxygen 1.26.4.

Nitrogen 1.26.5.

Carbon dioxide 1.26.6.

Sulphur dioxide 1.26.7.

Sulphur Hexafluoride 1.26.8.

Argon free oxygen 1.26.9.

Hydrogen 1.26.10.

Methane 1.26.11.

Acetylene 1.26.12.

Helium 1.26.13.

Laboratory gases 1.26.14.

Medical gases 1.26.15.

Argon 1.26.16.

Argonshield 1.26.17.

Oxygen free nitrogen 1.26.99.

Other industrial gases 1.27.0.

Gas transmission/distribution plant & equipment 1.27.1.

Compressor station/aero engines & spares 1.27.2.

Compressor station plant & spares 1.27.3.

Compressor station consumables 1.27.4.

Compressor station fire & gas equipment 1.27.5.

Compressor station safety & test equipment 1.27.6.

Compressor station emission stacks 1.27.7.

Gas holder antifreeze units 1.27.8.

Odorisation equipment 1.27.9.

Water bath heaters 1.27.10.

Fogger/gas conditioning units 1.27.11.

Integrated gas analytical systems 1.27.12.

Gas storage plant & equipment 1.27.99.

Other gas transmission/distribution plant & equipment 1.60.0.

Airport equipment 1.60.1.

Airport specific information systems 1.60.2.

Flight information displays (FIDS) (screens with flight and gate

information) 1.60.3.

Flight management systems (AODB) (to register passengers per airline and

invoice airlines) 1.60.4.

Baggage handling systems (insourced/outsourced) 1.60.5.

Passenger queue measurement systems 1.61.0.

Airport handling equipment 1.61.1.

Baggage transportation equipment 1.61.2.

Baggage classification equipment 1.62.0.

Air traffic management systems 1.62.1.

Communication systems (VHF-YHF, tetra systems) 1.62.2.

Radars and surveillance systems 1.62.3.

Air navigation systems: ILS (instrumental landing systems), NDB, VOR

1.62.4.

Meteorological equipment: IRVR transmission meters, AMOs/RAMOS/SAMOS/FAMOS

1.63.0.

Airport firefighting equipment 1.63.1.

Firefighting vehicles - airside 2.40.6.

Facilities management services - IT 2.41.7.

Health & safety consultancy 2.44.12.

Waste management services (excl. radioactive - use 3.77.09) 2.45.6.

Security services 2.45.46.

Rescue and emergency medical services 2.45.48.

CAP699 competency management 2.46.0.

Airport operations - technical services (Airfield) 2.46.1.

Wildlife / bird management 2.46.2.

Stand / coaching planning 2.46.3.

Slots planning 2.46.4.

Ice management / weather systems 2.46.5.

Marshalling 2.46.6.

Cargo systems management (processing/customs) 2.46.7.

Auditing 2.47.0.

Airside handling 2.47.1.

Handling aircraft - ramps 2.47.2.

Handling passengers - PRM (people with reduced mobility) 3.70.0.

Building, civil engineering & associated services 3.70.1.

Pumping station - clean water 3.70.2.

Pumping station - waste water 3.70.3.

Treatment works - waste water 3.70.4.

Treatment works - clean water 3.70.5.

Water tower 3.70.6.

Reservoir/dam/weir/lock 3.70.7.

Tunnelling & shafts (incl. penstocks) 3.70.8.

Gas storage leaching 3.70.11.

Carpentry services 3.70.12.

Plumbing services 3.70.13.

Electrician services 3.70.14.

Industrial painting & specialist coating services 3.70.16.

Grounds care maintenance 3.70.17.

Fire protection & maintenance services (excl. substation - use 3.75.09)

3.70.18.

Demolition & clearance work 3.70.19.

Lift/escalator services 3.70.20.

Roofing services 3.70.21.

Concrete services 3.70.22.

Fencing services 3.70.23.

Land reinstatement services 3.70.24.

Landscaping services (incl. earthworks) 3.70.25.

Foundation services (incl. piling) 3.70.26.

Road construction & surfacing services 3.70.27.

Rock anchor services 3.70.31.

General building incl. offices 3.70.32.

Security equipment installation & maintenance 3.70.33.

Modular structures 3.70.34.

Heating, ventilation & air conditioning services (excl. power station -

use 3.73.22) 3.70.35.

Insulation services 3.70.36.

Flood defence construction 3.70.37.

Carpark construction 3.70.38.

Airport construction 3.70.39.

Pipeline construction 3.70.40.

Harbour & marine engineering works 3.70.41.

Land reclamation works & services 3.70.42.

Railway construction 3.70.43.

Gas transmission system plant construction 3.70.44.

Gas transmission system plant repairs & upgrades 3.70.45.

Minor civil works 3.70.46.

Bridge construction 3.70.47.

Off-shore structures 3.70.48.

Gas drying plant 3.70.49.

Gas storage plant site services 3.70.50.

Bridge maintenance 3.70.99.

Other building, civil engineering & associated services 3.71.0.

Underground cable services 3.71.16.

Subsea cable services 3.71.17.

Underground telecommunication cable laying (incl. excavation &

reinstatement) 3.71.18.

Underground telecommunication cable maintenance & repair 3.71.19.

Underground cable laying (incl. excavation & reinstatement) - below 1kV

3.71.20.

Underground cable laying (incl. excavation & reinstatement) - 1kV to 19kV

3.71.21.

Underground cable laying (incl. excavation & reinstatement) - 20kV to 99kV

3.71.22.

Underground cable laying (incl. excavation & reinstatement) - 100kV to

199kV 3.71.23.

Underground cable laying (incl. excavation & reinstatement) - 200kV &

above 3.71.24.

Underground cable jointing - below 1kV 3.71.25.

Underground cable jointing - 1KV to 19kV 3.71.26.

Underground cable jointing - 20kV to 99kV 3.71.27.

Underground cable jointing - 100kV to 199kV 3.71.28.

Underground cable jointing - 200kV & Above 3.71.29.

Underground cable maintenance & repair - below 1kV 3.71.30.

Underground cable maintenance & repair - 1kV to 19kV 3.71.31.

Underground cable maintenance & Repair - 20kV to 99kV 3.71.32.

Underground cable maintenance & repair - 100kV to 199kV 3.71.33.

Underground cable maintenance & repair - 200kV & Above 3.71.34.

Multi-utility cable & pipe laying (incl. excavation & reinstatement)

3.71.35.

Trenchless cable laying 3.71.36.

Street lighting connection 3.71.99.

Other underground cable services 3.72.0.

Pipe services 3.72.1.

Water service pipe laying (incl. excavation & reinstatement) 3.72.2.

Water mains pipe laying (incl. excavation & reinstatement) 3.72.3.

Sewer pipe laying (incl. excavation & reinstatement) 3.72.4.

Marine/river outfall 3.72.5.

Water service pipe maintenance & repair 3.72.6.

Water mains pipe maintenance & repair 3.72.7.

Sewer pipe maintenance & repair 3.72.9.

Pipe surveying services 3.72.10.

Trenchless pipe laying (incl. pipe replacement) 3.72.11.

Borehole & well drilling 3.72.13.

Pipework fabrication & installation 3.72.15.

Transmission pipeline services 3.72.18.

Heating pipe services 3.72.19.

Flexible structures, waterproof lining services 3.72.20.

Pipeline CCTV/inspection services 3.72.21.

Pipe coating / lining services 3.72.22.

Sewer jetting services 3.72.23.

Gas service pipe laying (incl. excavation & reinstatement) 3.72.24.

Gas mains pipe laying (incl. excavation & reinstatement) 3.72.25.

Gas service pipe maintenance & repair 3.72.26.

Gas mains pipe maintenance & repair 3.72.27.

Sub-sea pipe laying 3.72.97.

Other gas pipe services 3.72.98.

Other water pipe services 3.72.99.

Other pipe services 3.73.0.

Generation services 3.73.1.

Boiler services 3.73.2.

Engine services 3.73.3.

Feed system services 3.73.4.

Turbine services 3.73.5.

Generator services 3.73.6.

Fuel system services 3.73.10.

Generation operation & maintenance services 3.73.11.

Energy supply plant installation & operation services 3.73.12.

Power station - combined heat & power gas turbine (CHP) 3.73.13.

Power station - combined cycle gas turbine (CCGT) 3.73.14.

Power station - reciprocating engine combined heat & power 3.73.15.

Steam system services 3.73.16.

Cooling water system services 3.73.17.

Bulk storage services 3.73.19.

Ash/residue disposal system services 3.73.20.

Combustion air system services 3.73.21.

Flue gas exhaust system services 3.73.22.

Power station heating & ventilation services 3.73.23.

Wind farm construction 3.73.24.

Wind power plant services (excl. construction) 3.73.25.

Hydro-electric power plant construction 3.73.26.

Hydro-electric power plant services (excl. construction) 3.73.27.

Power station - conventional thermal power plants 3.73.99.

Other generation services 3.74.8.

Mobile plant hire services 3.74.34.

Haulage - low-loader (except Haulage - general - see 3.74.6) 3.75.0.

Substation services 3.75.2.

Substation building civil services 3.75.3.

Protection & control system services 3.75.4.

Telecontrol services 3.75.5.

Switchgear services 3.75.6.

Transformer services 3.75.7.

Substation cabling services 3.75.8.

Substation plant dismantling & removal 3.75.9.

Substation fire protection services 3.75.10.

Substation plant painting services 3.75.11.

Substation design - transmission 3.75.12.

Substation construction - transmission 3.75.13.

Substation design & construction - transmission 3.75.14.

Substation turnkey - transmission 3.75.15.

Substation Design - distribution 3.75.16.

Substation construction - distribution 3.75.17.

Substation design & construction - distribution 3.75.18.

Substation turnkey - distribution 3.75.19.

Substation general maintenance 3.75.99.

Other substation services 3.76.0.

Engineering consultancy 3.76.1.

Technical consultancy 3.76.2.

Planning consultancy 3.76.3.

Electrical consultancy - 11kV & Below 3.76.4.

Electrical consultancy - 20kv to 99kv 3.76.5.

Electrical consultancy - 100kv to 199kv 3.76.6.

Electrical consultancy - 200kV & Above 3.76.7.

Mechanical consultancy 3.76.8.

Structural consultancy 3.76.9.

Cathodic protection consultancy 3.76.10.

Hydrology & hydrogeology consultancy 3.76.11.

Process consultancy 3.76.12.

Tunnels consultancy 3.76.13.

Dams consultancy 3.76.14.

Quantity surveying 3.76.15.

Topographical consultancy 3.76.17.

Scientific consultancy 3.76.19.

Archaeological consultancy & surveys 3.76.20.

Control & instrumentation consultancy 3.76.21.

Architectural services 3.76.22.

Civil engineering consultancy 3.76.23.

Environmental impact surveys 3.76.24.

Hydraulic modelling consultancy 3.76.25.

Pipeline consultancy 3.76.26.

Project management consultancy 3.76.27.

Geotechnical site investigation services 3.76.28.

Cartography services (incl. section 105) 3.76.29.

Airfield consultancy 3.76.30.

Fire consultancy 3.76.31.

Flood Defence consultancy 3.76.32.

Harbour & marine consultancy 3.76.33.

Port planning services 3.76.34.

Gas network consultancy & services 3.76.99.

Other Engineering Consultancy 3.77.0.

Nuclear & reactor services 3.77.1.

Health physics services 3.77.2.

Reactor physics services 3.77.3.

Reactor core services 3.77.4.

Gas circulator services 3.77.5.

Control rod & assembly services 3.77.6.

Fuel route services 3.77.7.

Nuclear island control & instrumentation services 3.77.8.

Nuclear decommissioning 3.77.9.

Radioactive waste management services 3.77.10.

Nuclear fuel services 3.77.11.

Nuclear routine & outage plant maintenance 3.77.12.

Nuclear power station outage management services 3.77.13.

Nuclear safety case preparation & support services 3.77.99.

Other nuclear & reactor services 3.78.0.

Mechanical, electrical, instrumentation, control & automation services

3.78.1.

Control & instrumentation services 3.78.2.

Electrical inspection/testing services 3.78.3.

Mechanical inspection/testing services 3.78.4.

Electrical installation services 3.78.5.

Mechanical installation services 3.78.6.

Pump services 3.78.7.

Valve services 3.78.8.

Compressed air/gas system services 3.78.9.

Metal & steel fabrication services 3.78.10.

Motor rewind services 3.78.11.

Machining services 3.78.12.

Deplanting/decommissioning services 3.78.13.

Gas appliance services 3.78.14.

Water treatment plant services 3.78.15.

Gas network plant services 3.78.16.

Lighting services 3.78.17.

Gas storage plant services 3.78.18.

Mechanical maintenance and repair services 3.78.19.

Electrical maintenance and repair services 3.78.99.

Other mechanical, electrical, instrumentation, control & automation

services 3.79.0.

Overhead line services 3.79.1.

Overhead line construction - wood pole (11kV & below) 3.79.2.

Overhead line construction - wood pole (20kV to 99kV) 3.79.3.

Overhead line inspection, maintenance & repair - wood pole (11kV & below)

3.79.4.

Overhead line inspection, maintenance & repair - wood pole (20kV to 99kV)

3.79.5.

Overhead line design - tower (20kV to 99kV) 3.79.6.

Overhead line design - tower (100kV to 199kV) 3.79.7.

Overhead line design - Tower (200kV & above) 3.79.8.

Overhead line construction - tower (20kV to 99kV) 3.79.9.

Overhead line construction - tower (100kV to 199kV) 3.79.10.

Overhead line construction - tower (200kV & above) 3.79.11.

Overhead line design & construction - tower (20kV to 99kV) 3.79.12.

Overhead line design & construction - tower (100kV to 199kV) 3.79.13.

Overhead line design & construction - tower (200kV & above) 3.79.14.

Overhead line inspection, maintenance & repair - tower (20kV to 99kV)

3.79.15.

Overhead line inspection, maintenance & repair - tower (100kV to 199kV)

3.79.16.

Overhead line inspection, maintenance & repair - tower (200kV & above)

3.79.17.

Overhead line services - surveying 3.79.18.

Overhead line services - tree cutting 3.79.19.

Overhead line services - tower painting 3.79.20.

Overhead line services - scaffolding (system use) 3.79.21.

Overhead line services - wood pole installation 3.79.22.

Telecommunication overhead line construction 3.79.23.

Telecommunication overhead line maintenance & repair 3.79.24.

Overhead line construction - wood pole (100kV to 199kV) 3.79.25.

Overhead line inspection, maintenance & repair - wood pole (100kV to

199kV) 3.79.99.

Other overhead line services 3.80.0.

Meter & associated services 3.80.1.

Water meter maintenance & repair services 3.80.2.

Electricity meter maintenance & repair services 3.80.3.

Gas meter maintenance & repair services 3.80.4.

Meter installation & removal services 3.80.5.

Meter operator services 3.80.6.

Meter calibration services 3.80.99.

Other meter & associated services 3.99.0.

Other engineering services 3.99.1.

Thermal hydrolysis 3.99.3.

Calibration services (excl. meter - use 3.80.06) 3.99.4.

Research & development 3.99.5.

Testing & analysis services 3.99.11.

Diving services 3.99.12.

Agricultural & land drainage services 3.99.13.

Anti corrosion & cathodic protection services 3.99.14.

Heat treatment/hardening services 3.99.19.

Joint sealing services 3.99.23.

Dredging services 3.99.24.

Flood defence services 3.99.25.

Statutory inspection services/safety assessments 3.99.27.

Non-destructive testing services 3.99.28.

Scaffolding services (non-system use) 3.99.29.

Industrial cleaning services 3.99.31.

Welding services 3.99.32.

Monitoring services 3.99.33.

Laboratory services 3.99.34.

Canal & river services (excl. river defence - use 3.99.24) 3.99.35.

Fisheries services 3.99.36.

Salvaging services 3.99.37.

Hydrographic services 3.99.42.

Compliance and assessing services 3.99.43.

Ecology and biodiversity 3.99.99.

Other engineering services.

Medium risk 1.1.0.

Building/civil products 1.1.1.

Sand 1.1.2.

Gravel 1.1.3.

Aggregate & stone 1.1.4.

Reinstatement products 1.1.5.

Concrete ready mixed 1.1.6.

Pre-cast building products 1.1.7.

Paints & varnishes 1.1.8.

Insulation equipment & materials 1.1.9.

Mobile accommodation units (excl. hire - use 3.74.29) 1.1.10.

Security equipment 1.1.11.

Enclosures & kiosks (excl. meter housings - use 1.16.19) 1.1.12.

Signs (excl. road signs - use 1.01.13) 1.1.13.

Road furniture 1.1.14.

Fencing 1.1.15.

Steel/metal materials (excl. cables & pipes) 1.1.16.

Timber materials (excl. wood poles - use 1.06.13) 1.1.17.

Horticultural products 1.1.18.

Underground marker materials 1.1.19.

Insulation/plastic tape 1.1.20.

Fasteners & fixings 1.1.21.

Flood defence/landscaping building products 1.1.22.

Domestic appliances 1.1.23.

Adhesives & sealants - general 1.1.24.

Airport/port security equipment 1.1.25.

Environmental/reclaimed building products 1.1.26.

Prefabricated buildings 1.1.28.

Off-shore structure equipment 1.1.30.

Plumbing equipment & sundries 1.1.98.

Other quarry products 1.1.99.

Other building/civil products 1.8.0.

Electrical, control & instrumentation equipment 1.8.5.

Distribution boards (1kV & below) 1.8.6.

Earthing equipment 1.8.7.

Electrical motors 1.8.10.

Primary cells, batteries & chargers 1.8.11.

Portable power supplies/mobile generators (excl. fixed generators - use

1.11.06) 1.8.13.

Heating, ventilation & air conditioning equipment (excl. power station -

use 1.11.18) 1.8.14.

Trace heating equipment 1.8.15.

Busbars & support structures 1.8.16.

Motor control centres & spares 1.8.17.

Electronic cards & systems 1.8.18.

Programmable logic controllers (PLC's) 1.8.19.

Lighting & accessories (excl street lighting) 1.8.22.

Control & instrumentation automation hardware 1.8.23.

Optical instruments 1.8.24.

Instrumentation & associated equipment (excl. optical) 1.8.25.

Photographic equipment 1.8.26.

Detection/monitoring equipment (excl. leak detection - use 1.18.25)

1.8.27.

Evaporators, refrigerators & cryogenerators (excl. air conditioning - use

1.08.13) 1.8.28.

Docking guidance systems 1.8.29.

Car park equipment & systems 1.8.30.

Airfield lighting 1.8.31.

Ticket vending machines 1.8.99.

Other electrical, control & instrumentation equipment 1.11.0.

Generation plant & equipment 1.11.1.

Industrial hot water boilers (excl. domestic boilers - use 1.01.22)

1.11.2.

Steam boilers 1.11.3.

Boiler ancillary equipment 1.11.4.

Generators - power station 1.11.6.

Engines & engine spares (excl. mobile generators - use 1.08.11) 1.11.7.

Cooling systems & spares 1.11.8.

Fuel & oil systems & spares 1.11.9.

Feed water systems & spares 1.11.10.

Turbines & spares - steam 1.11.11.

Solid fuel supply systems & spares 1.11.12.

Liquid fuel supply systems & spares 1.11.13.

Gas fuel supply systems & spares 1.11.14.

Ash/residue disposal systems & spares 1.11.15.

Combustion air systems & spares 1.11.16.

Flue gas exhaust systems & spares 1.11.17.

Turbines & spares - gas 1.11.18.

Power station heating & ventilation equipment 1.11.19.

Wind power production equipment 1.11.20.

Hydro-electric power production plant 1.11.21.

Bio energy production equipment 1.11.22.

[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Warwick: agricultural, farming, fishing, forestry and related products

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168962-2012 Part 2 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 2 - Supply contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

03000000, 15000000, 16000000, 18000000, 19000000, 22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 37000000, 38000000, 39000000, 41000000, 42000000, 43000000, 44000000, 48000000, 09000000, 14000000

Agricultural, farming, fishing, forestry and related products, Food, beverages, tobacco and related products, Agricultural machinery, Clothing, footwear, luggage articles and accessories, Leather and textile fabrics, plastic and rubber materials, Printed matter and related products, Chemical products, Office and computing machinery, equipment and supplies except furniture, and software packages, Electrical machinery, apparatus, equipment and consumables lighting, Radio, television, communication, telecommunication and related equipment, Medical equipments, pharmaceuticals and personal care products, Transport equipment and auxiliary products to transportation, Security, fire-fighting, police and defence equipment, Musical instruments, sport goods, games, toys, handicraft, art materials, and accessories, Laboratory, optical and precision equipments (excl. glasses), Furniture (incl. office furniture), furnishings, domestic appliances, (excl. lighting) and cleaning products, Collected and purified water, Industrial machinery, Machinery for mining, quarrying, construction equipment, Construction structures and materials auxiliary products to construction, (except electric apparatus), Software package and information systems, Petroleum products, fuel, electricity and other sources of energy, Mining, basic metals and related products

AGENCY: NATIONAL GRID PLC

COUNTRY: GB. LANGUAGE: EN

Part 2 of 2

Wave motion power production equipment 1.11.23.

Combined heat & power (CHP) plant 1.11.24.

Solar power production equipment 1.11.98.

Other boilers & boiler spares 1.11.99.

Other generation plant & equipment 1.16.0.

Meters & associated equipment 1.16.1.

Water meters (encoded) 1.16.2.

Water meters (non-encoded) 1.16.4.

Electricity meters - prepayment 1.16.5.

Electricity meters - programmable 1.16.6.

Electrical metering control devices 1.16.7.

Meter accessories & spares 1.16.8.

Meter tokens & cards 1.16.12.

Electrical meters - power station/grid 1.16.15.

Gas meters - electronic 1.16.16.

Governors, regulators & associated equipment 1.16.18.

Prewired meter cabinets 1.16.99.

Other meters & associated equipment 2.41.0.

Consultancy (excl. engineering consultancy) 2.41.2.

Financial consultancy 2.41.3.

IT consultancy (excl. E-commerce - use 2.41.17) 2.41.4.

Change management consultancy 2.41.5.

Energy management consultancy 2.41.6.

Estates & property consultancy 2.41.8.

Procurement & materials management consultancy 2.41.9.

Public relations consultancy 2.41.10.

Security consultancy 2.41.11.

Telecommunications/telemetry consultancy 2.41.12.

Environmental consultancy 2.41.13.

Quality assurance consultancy 2.41.15.

Community relations consultancy 2.41.16.

Retail consultancy 2.41.17.

E-commerce consultancy 2.41.18

Corporate planning & strategy consulting 2.41.19.

Facilities management consultancy 2.41.20.

Marketing & advertising consultancy 2.41.21.

Fisheries consultancy 2.41.22.

Risk management consultancy 2.41.23.

Value management consultancy 2.41.29.

Public consultation consultancy 2.41.99.

Other consultancy 2.42.6.

Accountancy services 2.43.0.

Hotel, travel & catering services (excl. consultancy) 2.43.1.

Travel agency services 2.43.2.

Hotel/Accommodation services 2.43.3.

Catering services (offsite) 2.43.4.

Catering services (onsite) 2.43.99.

Other hotel, travel & catering services 2.44.0.

Sewage, scrap & refuse disposal services 2.44.1.

Sewage/sludge disposal services 2.44.2.

Scrap disposal services 2.44.3.

Refuse/general waste disposal services 2.44.4.

Sanitation services 2.44.5.

Vermin control services 2.44.6.

Hazardous material handling/treatment/disposal services (incl. asbestos)

2.44.7.

Non-hazardous disposal services 2.44.8.

Decontamination/pollution control services 2.44.10.

Recycling services 2.44.11.

Waste skip hire 2.44.99.

Other disposal services 2.45.3.

Printing & publication services (excl. pre-printed stationery - use

1.17.13) 2.45.7.

Training & education services - functional 2.45.8.

Occupational health services 2.45.27.

Promotional/corporate goods 3.70.15.

Building/office maintenance & refurbishment services 3.70.61.

Rope access and abseiling services 3.73.28.

Microgeneration services 3.74.0.

Transport, storage & hire services 3.74.1.

Vehicle accident & repair services 3.74.2.

Vehicle bodybuilding 3.74.4.

Vehicle recovery services 3.74.5.

Courier services 3.74.6.

Transportation services 3.74.7.

Storage & warehousing services 3.74.9.

Mechanical handling equipment maintenance (excl. fixed cranes - use

3.74.26) 3.74.10.

Mobile plant maintenance 3.74.11.

Windscreen replacement 3.74.12.

Vehicle washing services 3.74.13.

Vehicle disposal services 3.74.14.

Vehicle leasing & hire services 3.74.15.

Helicopter/air transport services (excl. overhead line surveys - use

3.79.17) 3.74.16.

Generator hire (non-system use) 3.74.17.

Traffic lights hire 3.74.19.

Fleet management services 3.74.20.

Railway track maintenance 3.74.21.

Weighbridge services 3.74.22.

Signing, guarding & lighting services (NRSWA) 3.74.23.

Generator hire (system use) 3.74.24.

Tool hire 3.74.25.

Boats/marine vessel maintenance 3.74.26.

Fixed crane services 3.74.27.

Traffic management services 3.74.28.

Garage/workshop equipment maintenance 3.74.29.

Mobile accommodation unit hire 3.74.30.

Fuel card services 3.74.31.

Marine equipment maintenance & repair services (excl. boats - use 3.74.25)

3.74.98.

Other hire services 3.74.99.

Other transport & storage services 3.76.18.

Surveying services (excl. overhead line & pipeline surveying) 3.80.7.

Meter reading services 3.99.9.

Tool, instrument & specialist equipment services 3.99.40.

Product testing 3.99.41.

Machinery testing.

Low risk 1.1.35.

Fixtures & fittings 1.2.37.

Ferric nitrate 1.2.38.

Aluminium chloride 1.3.8.

First aid kits & supplies 1.14.0.

Pumps, accessories & spares 1.14.1.

Pumps - centrifugal 1.14.2.

Pumps - submersible 1.14.3.

Pumps - positive displacement 1.14.5.

Pumps - split case 1.14.6.

Pumps - double disk 1.14.9.

Pumps - washwater pump sets 1.14.10.

Pumps - metering & dosing 1.14.11.

Pumps - borehole 1.14.12.

Pumps - macerator 1.14.13.

Pumps - peristaltic 1.14.14.

Pumps - portable 1.14.15.

Pumps - hydraulic 1.14.16.

Pumps - screw 1.14.17.

Pumps - axial 1.14.18.

Pumps - vacuum 1.14.19.

Pumps - progressing cavity 1.14.99.

Other pumps, accessories & spares 1.16.19.

Meter cabinets & housings 1.17.0.

Office/depot materials & equipment 1.17.1.

Office equipment (excl. printers - use 1.23.04) 1.17.2.

Office furniture 1.17.3.

Office stationery 1.17.4.

Office furnishings & fittings (excl. furniture - use 1.17.02) 1.17.5.

Audio & visual equipment & accessories 1.17.7.

Drawing office equipment & supplies 1.17.9.

Paper & card 1.17.13.

Pre-printed stationery/supplies 1.17.16.

Publications (off-the-shelf) 1.17.17.

Paper maps 1.17.18.

Janitorial equipment & supplies 1.17.21.

Printing & photographic chemicals & materials 1.17.22.

Catering equipment 1.17.23.

Catering supplies 1.17.24.

Storage/warehouse equipment & supplies 1.17.25.

Packaging equipment & supplies 1.17.26.

Security printing 1.17.27.

Pre-printed plastic cards 1.17.80.

Recycling supplies 1.17.81.

Recycling equipment 1.17.99.

Other office materials & supplies 1.21.0.

Tools & specialist equipment 1.21.1.

Tools & equipment - cable joiners 1.21.2.

Tools & equipment - overhead line 1.21.3.

Insulated tools 1.21.4.

Hand tools (non-powered) 1.21.5.

Tools & equipment - drilling 1.21.6.

Power tools (incl. pneumatic/hydraulic) 1.21.8.

Test & inspection equipment 1.21.9.

Workshop machinery & equipment 1.21.10.

Industrial cleaning equipment 1.21.11.

Workshop cleaning consumables 1.21.13.

Abrasive products 1.21.14.

Welding & cutting equipment (incl. consumables) 1.21.15.

Tools & equipment - pipeline 1.21.16.

Weighing equipment 1.21.17.

Laboratory equipment 1.21.18.

Pollution control equipment 1.21.19.

Ladders 1.21.20.

Port/Marine tools & equipment 1.21.99.

Other tools & specialist equipment 1.22.0.

Nuclear & reactor plant & equipment 1.22.1.

Nuclear gas reactor & core 1.22.2.

Nuclear fuel assembly 1.22.3.

Nuclear gas baffle 1.22.4.

Nuclear gas diagrid & support skirt 1.22.5.

Nuclear shielding 1.22.6.

Nuclear pressure vessel & liner 1.22.7.

Nuclear gas circulators 1.22.8.

Nuclear control rod & assembly 1.22.9.

Nuclear reactor pumps 1.22.10.

Nuclear fuel route equipment 1.22.11.

Nuclear in-service inspection equipment 1.22.12.

Nuclear island control & instrumentation systems & spares 1.22.13.

Nuclear reactor protection systems & spares 1.22.14.

Radioactive waste handling & reprocessing equipment 1.22.15.

Nuclear primary circuit pipework, vales & penetrations 1.22.16.

Nuclear sampling systems 1.22.17.

Nuclear cooling water & heat removal systems 1.22.18.

Nuclear containment & ventilation systems 1.22.19.

Dosimetry equipment & control systems 1.22.20.

Nuclear fire barrier & containment penetrations 1.22.21.

Nuclear fuel storage racks & equipment 1.22.22.

Nuclear robotics/remote operations equipment 1.22.23.

Nuclear fuel 1.22.24.

PWR pressure vessel & internals 1.22.25.

PWR Pressuriser & pressure control systems 1.22.26.

PWR steam generator plant 1.22.27.

PWR chemical & volume control/reactor make-up systems 1.22.28.

PWR emergency boration & charging systems 1.22.99.

Other nuclear & reactor plant & equipment 1.23.0.

Computer equipment & supplies 1.23.1.

Computer hardware & accessories - workstations/servers 1.23.2.

Computer hardware & accessories - portable 1.23.3.

Computer hardware - mainframes 1.23.4.

Computer peripherals 1.23.6.

Software development tools 1.23.7.

General business software (off-the-shelf) 1.23.8.

Specialist business software (excl. software development - use 2.40.02)

1.23.9.

Technical software 1.23.10.

Utility software 1.23.11.

Computer consumables (excl. laser/inkjet paper - use 1.17.09) 1.23.12.

Computer systems 1.23.99.

Other computer equipment & supplies 1.25.0.

Water/waste water treatment plant & equipment 1.25.1.

Digestors - sewage & sludge 1.25.2.

Macerators 1.25.3.

Odour control equipment 1.25.4.

Dewatering equipment 1.25.5.

Waste water scrapers 1.25.6.

Screens & associated equipment 1.25.7.

Disinfection equipment 1.25.8.

Dosing plant 1.25.9.

Sulphinators 1.25.10.

Mixing units 1.25.11.

Incineration equipment 1.25.12.

Comminutor (pulverization) equipment 1.25.13.

Detritor (grit removal) equipment 1.25.14.

Classifier equipment 1.25.15.

Aeration equipment 1.25.16.

Surge suppression equipment 1.25.99.

Other water treatment plant 1.28.0.

Substation materials 1.28.1.

Hybrid GIS 275kV (includes integrated control systems) 1.28.2.

Hybrid GIS 145kV (includes integrated control systems) 1.28.3.

Dynamic reactive compensation and voltage support 1.28.4.

Comms multiplexers 1.28.5.

PLC terminal equipment 1.28.6.

Insulators - station post 1.28.99.

Other substation materials 2.40.0.

IT & telecommunication related services (excl. consultancy) 2.40.1.

Hardware services 2.40.2.

Software development services 2.40.3.

Software support services 2.40.4.

IT training 2.40.7.

Recruitment services - IT 2.40.8.

Telecommunication network services 2.40.10.

Data collection & handling services (excl. meter reading - use 3.80.07)

2.40.11.

IT network services 2.40.12.

Internet/intranet services 2.40.13.

Telecommunication equipment & associated services 2.40.14.

Call centre services 2.40.15.

E-commerce services 2.40.16

Escrow services 2.40.17.

IT Disaster recovery services 2.40.98.

Other computer services 2.40.99.

Other telecommunication services (excl. line construction, maintenance &

repair) 2.41.14.

Personnel/human resources consultancy 2.41.27.

Insurance consultancy 2.41.28.

Corporate social responsibility consultancy 2.42.0.

Financial & accountancy services (excl. consultancy) 2.42.1.

Banking services 2.42.2.

Insurance services 2.42.3.

Pension funding services 2.42.4.

Financial leasing services 2.42.5.

Cash collection services 2.42.7.

Shareholder services 2.42.8.

Financial audit services 2.42.9.

Debt collection services 2.42.10.

Claims management services 2.42.11.

Licensing services 2.42.12.

Recruitment services - finance 2.42.13.

Auction services 2.42.14.

Credit/procurement card services 2.42.16.

Insurance brokerage 2.42.17.

Customer acquisition services 2.42.99.

Other financial & accountancy services 2.43.5.

Vending machine services 2.45.0.

Business & administrative services 2.45.1.

Legal services 2.45.2.

Photographic services 2.45.4.

Public Relations services 2.45.5.

Recruitment services (excl. it & finance - use 2.40.07 & 2.42.12) 2.45.9.

Hygiene services 2.45.10.

Conference/event management services (incl. entertainment) 2.45.11.

Office & depot cleaning services 2.45.12.

Window cleaning services 2.45.13.

Laundry services 2.45.14.

Market research services 2.45.15.

Postal & mailing services (excl. courier services - use 3.74.05) 2.45.16.

Real estate services 2.45.17.

Furniture maintenance & repair services 2.45.18.

Office equipment services 2.45.19.

Facilities management (excl. IT - use 2.40.06) 2.45.20.

Meteorological services 2.45.22.

Technical/procedural writing services 2.45.23.

Subscription services 2.45.25.

Removal/relocation services (excl. storage services - use 3.74.07)

2.45.26.

Wayleave services 2.45.28.

Graphic & media design services 2.45.29.

Personnel/human resources services 2.45.30.

Language translation services 2.45.31.

Marketing & advertising services 2.45.32.

Audit services (excl. financial - use 2.42.08) 2.45.33.

Asset management/operation services 2.45.35.

Plastic card fulfilment services 2.45.36.

Training & education services - personnel related 2.45.47.

Sales service 2.45.99.

Other business & administrative services 3.74.3.

Vehicle maintenance.

II.4) Common procurement vocabulary (CPV)

03000000, 15000000, 16000000, 18000000, 19000000, 22000000, 24000000,

30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 37000000,

38000000, 39000000, 41000000, 42000000, 43000000, 44000000, 48000000,

09000000, 14000000

II.5) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Qualification for the system:

Conditions to be fulfilled by economic operators in view of their

qualification: Conditions to be fulfilled by economic operators in view of

their qualification: the UVDB / verify will be the first stage of

qualification and will either be used as the basis for tender selection or

may be supplemented by additional qualification criteria established by

National Grid Plc in specific product or service areas.

It should be noted that National Grid Plc reserves the right not to use

the.

UVDB for certain contracts where it deems it necessary. Where such

contracts are covered fully by the EU procurement legislation it will

instead publish a separate call for competition for that contract in the

Supplement to the Official Journal of the European Union.

National Grid Plc also reserves the right to use the UVDB / verify in the

compilation of tender lists for contracts not covered fully by the EU

procurement legislation.

The UVDB system has led to savings to both economic operators (vendors)

and purchasers and ensures that vendors benefit from a reduced workload

whilst their applications are dealt with fairly and consistently by

subscribing utilities.

The administrative costs are being met by the subscribing utilities and

vendors. Vendors registering will therefore be required to make a

contribution of 515 GBP for up to 7 product codes 640 GBP for 8 to 14

product codes, 815 GBP for 15 to 21 product codes and 1015 GBP for 21 or

more product codes (plus VAT for UK applicants) annually towards these

costs which is payable prior to dispatch of registration material.

Suppliers or contractors who have already registered on the UVDB need not

reapply, but may wish to ensure that they are entered under all relevant

product or service categories. Where Verify is required they should ensure

that they have been audited to the appropriate Verify level as the content

and pricing structure depends on risk level. Verify category a 260 GBP,

verify category B1 1145 GBP, verify category B2 1560 GBP and verify

category C 1145 GBP. Please note that for factory audits under Verify

Category D, the prices may vary so please contact Achilles for a quote.

Means of access to the qualification system is on a permanent basis.

Methods according to which each of those conditions will be verified:

These will be described in the details of the scheme available from the

UVDB team.

Section V: Procedure

IV.1) Award criteria

IV.1.1) 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.1.2) Information about electronic auction

An electronic auction will be used: yes

Additional information about electronic auction:

IV.2) Administrative information

IV.2.1) File reference number attributed by the contracting entity:

National Grid Plc-QSN-Supplies-May-2012

IV.2.2) Duration of the qualification system

Indefinite duration

IV.2.3) Information about renewals

Renewal of the qualification system: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: yes

Reference to project(s) and/or programme(s): Some contracts may be

financed by EU Funds.

VI.3) Procedures for appeal

VI.3.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Subscribers

subject to the EU procurement legislation of England, Wales and Northern

Ireland will, where appropriate, incorporate a minimum 10 calendar day

standstill period (or 15 days if non electronic or fax methods used) at

the point that information on the award of the contract is communicated to

tenderers. If an appeal regarding the award of a contract has not been

successfully resolved then the Public Contracts Regulations 2006 provide

for aggrieved parties who have been harmed or are at risk of harm by a

breach of the rules to take action in the High Court (England, Wales and

Northern Ireland).

VI.4) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Warwick: construction work

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168961-2012 Part 1 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 1 - Public works contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

45000000

Construction work

AGENCY: NATIONAL GRID PLC.

COUNTRY: GB. LANGUAGE: EN

Part 1 of 2

Qualification system – utilities

Directive 2004/17/EC

This notice is a call for competition yes

Section I: Contracting entity

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

National Grid Plc.

National Grid House, Warwick Technology Park, Gallows Hill

CV34 6DA Warwick

UNITED KINGDOM

Telephone: +44 1235861118

Internet address(es):

General address of the contracting entity:

Address of the buyer profile:

Electronic submission of tenders and requests to participate:



I.2) Main activity

Production, transport and distribution of gas and heat

Electricity

Exploration and extraction of gas and oil

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 qualification system

II.1) Title attributed to the contract by the contracting entity:

UVDB (Utlities Vendor Database).

II.2) Type of contract

Works

II.3) Description of the works, services or goods to be procured through

the qualification system:

This notice is to indicate that National Grid Plc will use the UVDB

system, which is managed by Achilles Information Limited, as a system for

the registration of suppliers, contractors and service providers (vendors)

for the purposes of awarding contracts of any value that are fully covered

by the EU procurement legislation and may use it for other contracts. This

notice represents a call for competition under the relevant legislation

from 27.9.2011 when selecting suppliers.

To tender for contracts, for certain types of contract it considers to

represent a high risk to its operations, National Grid Plc will require

suppliers to be on the UVDB and audited using the Achilles verify supplier

audit system. These types of contract are indicated below, identified by

Achilles code numbers.

Suppliers must ensure UVDB registration and completion of verify audit

requirements to be considered for selection for tender lists for these

types of contracts.

This notice also includes Achilles code numbers for other contracts, where

National Grid Plc considers the risk to its operations as lower. In order

to be considered for selection for medium risk tender lists for these

types of contracts only UVDB registration is required initially and in

order to be considered for selection for low risk tender lists for these

types of below threshold.

Contracts, only TSMS registration is required. Low risk suppliers who wish

to be considered for over threshold contracts will be required to register

on UVDB as well.

High risk.

1.1.27.

Industrial consumables.

1.2.0.

Chemicals.

1.2.1.

Aluminium sulphate.

1.2.2.

Activated carbon.

1.2.3.

Calcium hydroxide.

1.2.4.

Chlorine.

1.2.5.

Ferric chloride.

1.2.6.

Ferric sulphate.

1.2.7.

Hydrogen peroxide.

1.2.8.

Phosphoric acid.

1.2.9.

Poly aluminium chloride.

1.2.10.

Potassium permanganate.

1.2.12.

Sodium chloride.

1.2.13.

Sodium hydroxide.

1.2.14.

Sodium hypochlorite.

1.2.15.

Sodium silicate.

1.2.16.

Sodium thiosulphate.

1.2.17.

Sulphuric acid.

1.2.18.

Polyelectrolytes.

1.2.19.

Trichloroethane.

1.2.20.

Distilled water.

1.2.21.

Laboratory chemicals.

1.2.22.

Reagents/buffer solutions.

1.2.23.

Hydrochloric acid.

1.2.24.

Ammonium sulphate.

1.2.25.

Sodium carbonate.

1.2.27.

Hydrazine hydrate.

1.2.28.

Sodium bicarbonate.

1.2.29.

Sodium bisulphite.

1.2.30.

Hexafluorosilicic acid.

1.2.31.

Ferrous sulphate.

1.2.32.

Ferrous chloride.

1.2.33.

Calcium nitrate.

1.2.34.

Calcium oxide.

1.2.35.

Molten sulphur.

1.2.36.

Odourant - mains gas.

1.2.96.

Other Sodium-based chemicals.

1.2.97.

Other calcium-based chemicals.

1.2.98.

Other iron-based chemicals.

1.2.99.

Other chemicals.

1.3.0.

Clothing, footwear & personal protective equipment.

1.3.1.

Waterproof clothing.

1.3.2.

Protective clothing.

1.3.3.

Work wear/corporate clothing.

1.3.5.

Footwear (excl. protective - use 1.03.06).

1.3.6.

Personal protective equipment.

1.3.99.

Other clothing & footwear.

1.4.0.

Telecommunications equipment.

1.4.1.

Telecommunications equipment & accessories (excl. PABX - use 1.04.23).

1.4.3.

Voice processing & other speech related products.

1.4.4.

Telecommunication transmission equipment.

1.4.5.

Telemetry equipment.

1.4.6.

Scada & telecontrol equipment.

1.4.7.

Mobile radio equipment.

1.4.8.

Microwave (incl. UHF scanning).

1.4.9.

Antennae/aerial masts.

1.4.21.

ISDN equipment.

1.4.22.

C.L.A.S.S. equipment

1.4.23.

PABX equipment.

1.4.24.

Payphones & spares.

1.4.25.

Communication tower steel structures.

1.4.26.

Radio Clocks.

1.4.27.

Synchronising equipment (incl. interfacing equipment).

1.4.28.

Satellite communications equipment.

1.4.29.

Radar Equipment.

1.4.99.

Other telecommunications equipment.

1.5.0.

Cables & accessories.

1.5.1.

Underground mains & service cable - below 1kV.

1.5.2.

Underground mains cable - 1kV to 19kV.

1.5.3.

Underground mains cable - 20kV to 99kV.

1.5.4.

Underground mains cable - 100kV to 199 kV.

1.5.5.

Underground mains cable - 200kV & above.

1.5.6.

Underground cable joints, terminations & jointing materials - below 1kV.

1.5.7.

Underground cable joints, terminations & jointing materials - 1kV to 19kV.

1.5.8.

Underground cable joints, terminations & jointing materials - 20kV to

99kV.

1.5.9.

Underground cable joints, terminations & jointing materials - 100kV to

199kV.

1.5.10.

Underground cable joints, terminations & jointing materials - 200kV &

above.

1.5.11.

General wiring cable.

1.5.12.

Telecommunications cable.

1.5.13.

Fibre optic cable.

1.5.14.

Fibre optic cable accessories.

1.5.15.

Cable accessories (excl. ducting - use 1.18.17).

1.5.16.

Control & instrumentation cable.

1.5.17.

Control & instrumentation cable accessories.

1.5.18.

Solder.

1.5.19.

Link boxes.

1.5.20.

Subsea cables.

1.5.99.

Other cables (excl. underground marker materials - use 1.01.18).

1.6.0.

Overhead line equipment & accessories.

1.6.1.

Covered overhead line conductor.

1.6.2.

Bare overhead line conductor.

1.6.4.

Conductor fittings.

1.6.5.

Helical fittings.

1.6.6.

Insulator fittings.

1.6.7.

Electrical insulators - porcelain.

1.6.8.

Electrical insulators - glass.

1.6.9.

Electrical insulators - polymeric.

1.6.10.

Overhead line towers.

1.6.11.

Overhead line accessories.

1.6.12.

Overhead line steelwork.

1.6.13.

Overhead line poles.

1.6.14.

Stranded wire products.

1.6.99.

Other overhead line equipment & accessories.

1.7.0.

Transformers, reactors & capacitors.

1.7.2.

Transformers - distribution ground mounted (2000kVA & below).

1.7.3.

Transformers - distribution pole mounted (315kVA & below).

1.7.4.

Transformers - generator.

1.7.5.

Transformer ancillary equipment.

1.7.20.

Transformers - current.

1.7.21.

Transformers - voltage.

1.7.24.

Substations - unit/composite.

1.7.27.

Transformers - primary (below 10MVA).

1.7.28.

Transformers - primary (10MVA to 100MVA).

1.7.29.

Transformers - Grid (Above 100MVA).

1.7.30.

Tap Changing equipment.

1.7.31.

Transformer bushings.

1.7.32.

Quadrature boosters.

1.7.33.

Voltage regulators.

1.7.34.

Reactors.

1.7.35.

Capacitors.

1.7.99.

Other transformers.

1.8.20.

Electrical/electronic components.

1.8.21.

Control & instrumentation systems & spares (excl. nuclear - use 1.22.12).

1.9.0.

Electrical protection equipment.

1.9.2.

Cut outs.

1.9.5.

Relays.

1.9.9.

Fuses - below 1kV.

1.9.10.

Fuses - 1kV to 11kV.

1.9.11.

Fuses - above 11kV.

1.9.12.

Surge diverters/arrestors.

1.9.13.

Distribution fuse cabinets/pillars.

1.9.14.

Fault passage indicators.

1.9.15.

Uninterruptible power supply (UPS) systems.

1.9.16.

Lightning protection equipment.

1.9.17.

Control & protection cabinets/cabins for substations (38kV & above).

1.9.99.

Other electrical protection equipment.

1.10.0.

Energy, water, fuels, oils & greases.

1.10.1.

Electricity.

1.10.2.

Natural gas.

1.10.10.

Solid fuel.

1.10.11.

Petrol.

1.10.14.

Insulating oils.

1.10.15.

Lubricating oils.

1.10.16.

Paraffin.

1.10.17.

Heating oils.

1.10.18.

Fuel oil.

1.10.19.

Hydraulic fluids.

1.10.23.

Degreasants & solvents.

1.10.24.

Greases.

1.10.25.

Biodegradable oils.

1.10.26.

Fuel additives.

1.10.27.

Mains water (potable).

1.10.28.

Alternative/emergency water supplies.

1.10.99.

Other energy, oils & fuels.

1.13.0.

Mechanical machinery, equipment & spares.

1.13.1.

Bearings & transmission products.

1.13.2.

Mechanical seals & gaskets.

1.13.3.

Blowers, exhausters & fans.

1.13.4.

Conveyor systems incl. belts.

1.13.5.

Tanks & covers (excl. fuel - use 1.20.21).

1.13.7.

Filters (excl. car filters - use 1.20.15).

1.13.16.

Compressed air/gas systems (incl. fixed compressors & vessels).

1.13.17.

Fire fighting equipment.

1.13.24.

Oil & gas powered motors.

1.13.35.

Centrifuges.

1.13.36.

Drive belts, chains & couplings.

1.13.37.

Cranes (Fixed Location).

1.13.40.

Rubber hoses & couplings.

1.13.41.

Lifting gear, winches & other lifting equipment.

1.13.42.

Overhead gantries & walkways.

1.13.43.

Gas & air treatment plant.

1.13.44.

Lubrication equipment.

1.13.45.

Skid units/pressure reduction modules.

1.13.99.

Other mechanical machinery, equipment & spares.

1.16.3.

Electricity meters - credit.

1.16.13.

Gas meters - credit.

1.16.14.

Gas meters - prepayment.

1.18.0.

Pipes & accessories.

1.18.1.

Pipes & fittings - fibre cement.

1.18.2.

Pipes & fittings - concrete.

1.18.3.

Pipes & fittings - ductile iron.

1.18.4.

Pipes & fittings - copper.

1.18.5.

Pipes & fittings - clay.

1.18.6.

Pipes & fittings - high density polyethylene (HDPE).

1.18.7.

Pipes & fittings - medium density polyethylene (MDPE).

1.18.8.

Pipes & fittings - MOPVC.

1.18.9.

Pipes & fittings - PVC.

1.18.10.

Pipes & fittings - steel.

1.18.11.

Pipe fittings - clamps & collars.

1.18.12.

Pipe fittings - couplings & flanged adapters.

1.18.13.

Pipe fittings - electrofusion fittings.

1.18.14.

Pipe fittings - gunmetal.

1.18.15.

Pipe fittings - plastic.

1.18.16.

Pipes & fittings - stainless steel.

1.18.17.

Ducting.

1.18.18.

Water flange joint sets.

1.18.19.

Pipe accessories, consumables & associated supplies.

1.18.20.

Surface boxes & chambers.

1.18.25.

Leak detection, control & repair equipment/materials.

1.18.26.

Pipes & fittings - GRP.

1.18.27.

Standpipes.

1.18.99.

Other pipes.

1.19.0.

Valves, actuators & spares.

1.19.1.

Valves - air.

1.19.2.

Valves - gate/sluice/knife.

1.19.3.

Valves - hydrants.

1.19.4.

Valves - non-return/reflux/check.

1.19.5.

Valves - penstock.

1.19.7.

Valves - needle/globe.

1.19.8.

Valves - flap.

1.19.9.

Valves - butterfly.

1.19.10.

Valves - ball.

1.19.11.

Valves - diaphragm.

1.19.12.

Valves - pressure control.

1.19.15.

Valves - solenoid.

1.19.16.

Valves - safety.

1.19.17.

Actuators.

1.19.18.

Valves - float operated.

1.19.19.

Valves - plug.

1.19.99.

Other valves, actuators & spares.

1.20.0.

Transport & mobile plant.

1.20.1.

Passenger cars.

1.20.2.

Vans - car-derived.

1.20.3.

Commercial vehicles.

1.20.6.

Specialist vehicles, tankers, bodies & trailers.

1.20.7.

Tyres & tubes.

1.20.8.

Cable/pipe laying plant.

1.20.9.

Mobile plant (excl. mechanical handling plant - use 1.20.13).

1.20.10.

Trenchless equipment.

1.20.11.

Access platforms & equipment.

1.20.12.

Horticultural equipment.

1.20.13.

Cranes (mobile) & mechanical handling plant/equipment.

1.20.14.

Garage equipment.

1.20.15.

Vehicle/mobile plant parts & accessories.

1.20.16.

Boats & marine vessels.

1.20.17.

Bicycles & spares.

1.20.18.

Railway equipment.

1.20.19.

Passenger loading bridges.

1.20.20.

Baggage trolleys.

1.20.21.

Fuel delivery, storage and dispensing equipment.

1.20.98.

Other transport.

1.20.99.

Other mobile plant.

1.23.5.

Network Equipment & Accessories.

1.24.0.

Switchgear.

1.24.1.

Switchgear - indoor (below 1kV).

1.24.2.

Switchgear - indoor (1kV to 19kV).

1.24.3.

Switchgear - indoor (20kV to 99kV).

1.24.4.

Switchgear - indoor (100kV to 199kV).

1.24.5.

Switchgear - indoor (200kV & Above).

1.24.6.

Switchgear - outdoor (below 1kV).

1.24.7.

Switchgear - outdoor (1kV to 19kV).

1.24.8.

Switchgear - outdoor (20kV to 99kV).

1.24.9.

Switchgear - outdoor (100kV to 199kV).

1.24.10.

Switchgear - outdoor (200kV & Above).

1.24.11.

Switchgear - multi motor.

1.24.12.

Switchgear - power factor correction.

1.24.13.

Switchgear - variable speed/soft driven.

1.24.14.

Switchgear - direct current (DC).

1.24.15.

Switchgear parts & accessories.

1.24.16.

Circuit breakers.

1.24.17.

Disconnectors.

1.24.99.

Other switchgear.

1.26.0.

Industrial gases.

1.26.1.

Propane.

1.26.2.

Butane.

1.26.3.

Oxygen.

1.26.4.

Nitrogen.

1.26.5.

Carbon dioxide.

1.26.6.

Sulphur dioxide.

1.26.7.

Sulphur hexafluoride.

1.26.8.

Argon free oxygen.

1.26.9.

Hydrogen.

1.26.10.

Methane.

1.26.11.

Acetylene.

1.26.12.

Helium.

1.26.13.

Laboratory gases.

1.26.14.

Medical gases.

1.26.15.

Argon.

1.26.16.

Argonshield.

1.26.17.

Oxygen free nitrogen.

1.26.99.

Other industrial gases.

1.27.0.

Gas transmission/distribution plant & equipment.

1.27.1.

Compressor station/Aero engines & spares.

1.27.2.

Compressor station plant & spares.

1.27.3.

Compressor station consumables.

1.27.4.

Compressor station fire & gas equipment.

1.27.5.

Compressor station safety & test equipment.

1.27.6.

Compressor station emission stacks.

1.27.7.

Gas holder antifreeze units.

1.27.8.

Odorisation equipment.

1.27.9.

Water bath heaters.

1.27.10.

Fogger/gas conditioning units.

1.27.11.

Integrated gas analytical systems.

1.27.12.

Gas storage plant & equipment.

1.27.99.

Other Gas Transmission/distribution plant & equipment.

1.60.0.

Airport equipment.

1.60.1.

Airport specific information systems.

1.60.2.

Flight Information Displays (FIDS) (screens with flight and gate

information).

1.60.3.

Flight Management Systems (AODB) (to register passengers per airline and

invoice airlines).

1.60.4.

Baggage handling systems (insourced/outsourced).

1.60.5.

Passenger queue measurement systems.

1.61.0.

Airport handling equipment.

1.61.1.

Baggage transportation equipment.

1.61.2.

Baggage classification equipment.

1.62.0.

Air traffic management systems.

1.62.1.

Communication systems (VHF-YHF, Tetra Systems).

1.62.2.

Radars and surveillance systems.

1.62.3.

Air navigation systems: ILS (Instrumental Landing Systems), NDB, VOR.

1.62.4.

Meteorological equipment: IRVR transmission meters,

AMOs/RAMOS/SAMOS/FAMOS.

1.63.0.

Airport firefighting equipment.

1.63.1.

Firefighting vehicles - airside.

2.40.6.

Facilities management services - IT.

2.41.7.

Health & safety consultancy.

2.44.12.

Waste management services (excl. radioactive - use 3.77.09).

2.45.6.

Security services.

2.45.46.

Rescue and emergency medical services.

2.45.48.

CAP699 Competency management.

2.46.0.

Airport operations - technical services (airfield).

2.46.1.

Wildlife / bird management.

2.46.2.

Stand / coaching planning.

2.46.3.

Slots planning.

2.46.4.

Ice management / weather systems.

2.46.5.

Marshalling.

2.46.6.

Cargo systems management (processing/customs).

2.46.7.

Auditing.

2.47.0.

Airside handling.

2.47.1.

Handling aircraft - ramps.

2.47.2.

Handling passengers - PRM (people with reduced mobility).

3.70.0.

Building, civil engineering & associated services.

3.70.1.

Pumping station - clean water.

3.70.2.

Pumping station - waste water.

3.70.3.

Treatment works - waste water.

3.70.4.

Treatment works - clean water.

3.70.5.

Water tower.

3.70.6.

Reservoir/dam/weir/lock.

3.70.7.

Tunnelling & shafts (incl. penstocks).

3.70.8.

Gas storage leaching.

3.70.11.

Carpentry services.

3.70.12.

Plumbing services.

3.70.13.

Electrician services.

3.70.14.

Industrial painting & specialist coating services.

3.70.16.

Grounds care maintenance.

3.70.17.

Fire protection & maintenance services (excl. substation - use 3.75.09).

3.70.18.

Demolition & clearance work.

3.70.19.

Lift/escalator services.

3.70.20.

Roofing services.

3.70.21.

Concrete services.

3.70.22.

Fencing services.

3.70.23.

Land reinstatement services.

3.70.24.

Landscaping services (incl. earthworks).

3.70.25.

Foundation services (incl. piling).

3.70.26.

Road construction & surfacing services.

3.70.27.

Rock anchor services.

3.70.31.

General building incl. offices.

3.70.32.

Security equipment installation & maintenance.

3.70.33.

Modular structures.

3.70.34.

Heating, ventilation & air conditioning services (excl. power station -

use 3.73.22).

3.70.35.

Insulation services.

3.70.36.

Flood defence construction.

3.70.37.

Carpark construction.

3.70.38.

Airport construction.

3.70.39.

Pipeline construction.

3.70.40.

Harbour & marine engineering works.

3.70.41.

Land reclamation works & services.

3.70.42.

Railway construction.

3.70.43.

Gas transmission system plant construction.

3.70.44.

Gas transmission system plant repairs & upgrades.

3.70.45.

Minor civil works.

3.70.46.

Bridge construction.

3.70.47.

Off-shore structures.

3.70.48.

Gas drying plant.

3.70.49.

Gas storage plant site services.

3.70.50.

Bridge maintenance.

3.70.99.

Other building, civil engineering & associated services.

3.71.0.

Underground cable services.

3.71.16.

Subsea cable services.

3.71.17.

Underground telecommunication cable laying (incl. excavation &

reinstatement).

3.71.18.

Underground telecommunication cable maintenance & repair.

3.71.19.

Underground Cable Laying (incl. Excavation & Reinstatement) - below 1kV.

3.71.20.

Underground cable laying (incl. excavation & reinstatement) - 1kV to 19kV.

3.71.21.

Underground cable laying (incl. excavation & reinstatement) - 20kV to

99kV.

3.71.22.

Underground cable laying (incl. excavation & reinstatement) - 100kV to

199kV.

3.71.23.

Underground cable laying (incl. excavation & reinstatement) - 200kV &

above.

3.71.24.

Underground cable jointing - below 1kV.

3.71.25.

Underground cable jointing - 1kV to 19kV.

3.71.26.

Underground cable jointing - 20kV to 99kV.

3.71.27.

Underground cable jointing - 100kV to 199kV.

3.71.28.

Underground Cable Jointing - 200kV & Above.

3.71.29.

Underground cable maintenance & repair - below 1kV.

3.71.30.

Underground cable maintenance & repair - 1kV to 19kV.

3.71.31.

Underground cable maintenance & repair - 20kV to 99kV.

3.71.32.

Underground cable maintenance & repair - 100kV to 199kV.

3.71.33.

Underground cable maintenance & repair - 200kV & above.

3.71.34.

Multi-utility cable & pipe laying (incl. excavation & reinstatement).

3.71.35.

Trenchless cable laying.

3.71.36.

Street lighting connection.

3.71.99.

Other underground cable services.

3.72.0.

Pipe services.

3.72.1.

Water service pipe laying (incl. excavation & reinstatement).

3.72.2.

Water mains pipe laying (incl. excavation & reinstatement).

3.72.3.

Sewer pipe laying (incl. excavation & reinstatement).

3.72.4.

Marine/river outfall.

3.72.5.

Water service pipe maintenance & repair.

3.72.6.

Water mains pipe maintenance & repair.

3.72.7.

Sewer pipe maintenance & repair.

3.72.9.

Pipe surveying services.

3.72.10.

Trenchless pipe laying (incl. pipe replacement).

3.72.11.

Borehole & well drilling.

3.72.13.

Pipework fabrication & installation.

3.72.15.

Transmission pipeline services.

3.72.18.

Heating pipe services.

3.72.19.

Flexible structures, waterproof lining services.

3.72.20.

Pipeline CCTV/inspection services.

3.72.21.

Pipe coating / lining services.

3.72.22.

Sewer jetting services.

3.72.23.

Gas service pipe laying (incl. excavation & reinstatement).

3.72.24.

Gas mains pipe laying (incl. excavation & reinstatement).

3.72.25.

Gas service pipe maintenance & repair.

3.72.26.

Gas mains pipe maintenance & repair.

3.72.27.

Sub-sea pipe laying.

3.72.97.

Other gas pipe services.

3.72.98.

Other water pipe services.

3.72.99.

Other pipe services.

3.73.0.

Generation services.

3.73.1.

Boiler services.

3.73.2.

Engine services.

3.73.3.

Feed system services.

3.73.4.

Turbine services.

3.73.5.

Generator services.

3.73.6.

Fuel system services.

3.73.10.

Generation operation & maintenance services.

3.73.11.

Energy supply plant installation & operation services.

3.73.12.

Power station - combined heat & power gas turbine (CHP).

3.73.13.

Power station - combined cycle gas turbine (CCGT).

3.73.14.

Power station - reciprocating engine combined heat & power.

3.73.15.

Steam system services.

3.73.16.

Cooling water system services.

3.73.17.

Bulk storage services.

3.73.19.

Ash/residue disposal system services.

3.73.20.

Combustion air system services.

3.73.21.

Flue gas exhaust system services.

3.73.22.

Power station heating & ventilation services.

3.73.23.

Wind farm construction.

3.73.24.

Wind power plant services (excl. construction).

3.73.25.

Hydro-electric power plant construction.

3.73.26.

Hydro-electric power plant services (excl. construction).

3.73.27.

Power station - conventional thermal power plants.

3.73.99.

Other generation services.

3.74.8.

Mobile plant hire services.

3.74.34.

Haulage - low-loader (except haulage - general - see 3.74.6).

3.75.0.

Substation services.

3.75.2.

Substation building civil services.

3.75.3.

Protection & control system services.

3.75.4.

Telecontrol services.

3.75.5.

Switchgear services.

3.75.6.

Transformer services.

3.75.7.

Substation cabling services.

3.75.8.

Substation plant dismantling & removal.

3.75.9.

Substation fire protection services.

3.75.10.

Substation plant painting services.

3.75.11.

Substation design - transmission.

3.75.12.

Substation construction - transmission.

3.75.13.

Substation design & construction - transmission.

3.75.14.

Substation turnkey - transmission.

3.75.15.

Substation design - distribution.

3.75.16.

Substation construction - distribution.

3.75.17.

Substation design & construction - distribution.

3.75.18.

Substation turnkey - distribution.

3.75.19.

Substation general maintenance.

3.75.99.

Other substation services.

3.76.0.

Engineering consultancy.

3.76.1.

Technical consultancy.

3.76.2.

Planning Cconsultancy.

3.76.3.

Electrical consultancy - 11kV & below.

3.76.4.

Electrical consultancy - 20kV to 99kV.

3.76.5.

Electrical consultancy - 100kV to 199kV.

3.76.6.

Electrical consultancy - 200kV & above.

3.76.7.

Mechanical consultancy.

3.76.8.

Structural consultancy.

3.76.9.

Cathodic protection consultancy.

3.76.10.

Hydrology & hydrogeology consultancy.

3.76.11.

Process consultancy.

3.76.12.

Tunnels consultancy.

3.76.13.

Dams consultancy.

3.76.14.

Quantity surveying.

3.76.15.

Topographical consultancy.

3.76.17.

Scientific consultancy.

3.76.19.

Archaeological consultancy & surveys.

3.76.20.

Control & instrumentation consultancy.

3.76.21.

Architectural services.

3.76.22.

Civil engineering consultancy.

3.76.23.

Environmental impact surveys.

3.76.24.

Hydraulic modelling consultancy.

3.76.25.

Pipeline consultancy.

3.76.26.

Project management consultancy.

3.76.27.

Geotechnical site investigation services.

3.76.28.

Cartography services (incl. Section 105).

3.76.29.

Airfield consultancy.

3.76.30.

Fire consultancy.

3.76.31.

Flood defence consultancy.

3.76.32.

Harbour & marine consultancy.

3.76.33.

Port planning services.

3.76.34.

Gas network consultancy & services.

3.76.99.

Other engineering consultancy.

3.77.0.

Nuclear & reactor services.

3.77.1.

Health physics services.

3.77.2.

Reactor physics services.

3.77.3.

Reactor core services.

3.77.4.

Gas circulator services.

3.77.5.

Control rod & assembly services.

3.77.6.

Fuel route services.

3.77.7.

Nuclear island control & instrumentation services.

3.77.8.

Nuclear decommissioning.

3.77.9.

Radioactive waste management services.

3.77.10.

Nuclear fuel services.

3.77.11.

Nuclear routine & outage plant maintenance.

3.77.12.

Nuclear power station outage management services.

3.77.13.

Nuclear safety case preparation & support services.

3.77.99.

Other nuclear & reactor services.

3.78.0.

Mechanical, electrical, instrumentation, control & automation services.

3.78.1.

Control & instrumentation services.

3.78.2.

Electrical inspection/testing services.

3.78.3.

Mechanical inspection/testing services.

3.78.4.

Electrical installation services.

3.78.5.

Mechanical installation services.

3.78.6.

Pump services.

3.78.7.

Valve services.

3.78.8.

Compressed air/gas system services.

3.78.9.

Metal & steel fabrication services.

3.78.10.

Motor rewind services.

3.78.11.

Machining services.

3.78.12.

Deplanting/decommissioning services.

3.78.13.

Gas appliance services.

3.78.14.

Water treatment plant services.

3.78.15.

Gas network plant services.

3.78.16.

Lighting services.

3.78.17.

Gas storage plant services.

3.78.18.

Mechanical maintenance and repair services.

3.78.19.

Electrical maintenance and repair services.

3.78.99.

Other mechanical, electrical, instrumentation, control & automation

services.

3.79.0.

Overhead line services.

3.79.1.

Overhead line construction - wood pole (11kV & below).

3.79.2.

Overhead line construction - wood pole (20kV to 99kV).

3.79.3.

Overhead line inspection, maintenance & repair - wood pole (11kV & below).

3.79.4.

Overhead line inspection, maintenance & repair - wood pole (20kV to 99kV).

3.79.5.

Overhead line design - tower (20kV to 99kV).

3.79.6.

Overhead line design - tower (100kV to 199kV).

3.79.7.

Overhead line design - tower (200kV & above).

3.79.8.

Overhead line construction - tower (20kV to 99kV).

3.79.9.

Overhead line construction - tower (100kV to 199kV).

3.79.10.

Overhead line construction - tower (200kV & above).

3.79.11.

Overhead line design & construction - tower (20kV to 99kV).

3.79.12.

Overhead line design & construction - tower (100kV to 199kV).

3.79.13.

Overhead line design & construction - tower (200kV & above).

3.79.14.

Overhead line inspection, maintenance & repair - tower (20kV to 99kV).

3.79.15.

Overhead line inspection, maintenance & repair - tower (100kV to 199kV).

3.79.16.

Overhead line inspection, maintenance & repair - tower (200kV & above).

3.79.17.

Overhead line services - surveying.

3.79.18.

Overhead line services - tree cutting.

3.79.19.

Overhead line services - tower painting.

3.79.20.

Overhead line services - scaffolding (system use).

3.79.21.

Overhead line services - wood pole installation.

3.79.22.

Telecommunication overhead line construction.

3.79.23.

Telecommunication overhead line maintenance & repair.

3.79.24.

Overhead line construction - wood pole (100kV to 199kV).

3.79.25.

Overhead line inspection, maintenance & repair - wood Pole (100kV to

199kV).

3.79.99.

Other overhead line services.

3.80.0.

Meter & associated services.

3.80.1.

Water meter maintenance & repair services.

3.80.2.

Electricity meter maintenance & repair services.

3.80.3.

Gas meter maintenance & repair services.

3.80.4.

Meter installation & removal services.

3.80.5.

Meter operator services.

3.80.6.

Meter calibration services.

3.80.99.

Other meter & associated services.

3.99.0.

Other engineering services.

3.99.1.

Thermal hydrolysis.

3.99.3.

Calibration services (excl. meter - use 3.80.06).

3.99.4.

Research & development.

3.99.5.

Testing & analysis services.

3.99.11.

Diving services.

3.99.12.

Agricultural & land drainage services.

3.99.13.

Anti corrosion & cathodic protection services.

3.99.14.

Heat treatment/hardening services.

3.99.19.

Joint sealing services.

3.99.23.

Dredging services.

3.99.24.

Flood defence services.

3.99.25.

Statutory inspection services/safety assessments.

3.99.27.

Non-destructive testing services.

3.99.28.

Scaffolding services (non-system use).

3.99.29.

Industrial cleaning services.

3.99.31.

Welding services.

3.99.32.

Monitoring services.

3.99.33.

Laboratory services.

3.99.34.

Canal & river services (excl. river defence - use 3.99.24).

3.99.35.

Fisheries services.

3.99.36.

Salvaging services.

3.99.37.

Hydrographic services.

3.99.42.

Compliance and assessing services.

3.99.43.

Ecology and biodiversity.

3.99.99.

Other engineering services.

Medium risk.

1.1.0.

Building/civil products.

1.1.1.

Sand.

1.1.2.

Gravel.

1.1.3.

Aggregate & stone.

1.1.4.

Reinstatement products.

1.1.5.

Concrete ready mixed.

1.1.6.

Pre-cast building products.

1.1.7.

Paints & varnishes.

1.1.8.

Insulation equipment & materials.

1.1.9.

Mobile accommodation units (excl. hire - use 3.74.29).

1.1.10.

Security equipment.

1.1.11.

Enclosures & kiosks (excl. meter housings - use 1.16.19).

1.1.12.

Signs (excl. road signs - use 1.01.13).

1.1.13.

Road furniture.

1.1.14.

Fencing.

1.1.15.

Steel/metal materials (excl. cables & pipes).

1.1.16.

Timber materials (excl. wood poles - use 1.06.13).

1.1.17.

Horticultural products.

1.1.18.

Underground marker materials.

1.1.19.

Insulation/plastic tape.

1.1.20.

Fasteners & fixings.

1.1.21.

Flood defence/landscaping building products.

1.1.22.

Domestic appliances.

1.1.23.

Adhesives & sealants - general.

1.1.24.

Airport/port security equipment.

1.1.25.

Environmental/reclaimed building products.

1.1.26.

Prefabricated buildings.

1.1.28.

Off-shore structure equipment.

1.1.30.

Plumbing equipment & sundries.

1.1.98.

Other quarry products.

1.1.99.

Other building/civil products.

1.8.0.

Electrical, control & instrumentation equipment.

1.8.5.

Distribution boards (1kV & below).

1.8.6.

Earthing equipment.

1.8.7.

Electrical motors.

1.8.10.

Primary cells, batteries & chargers.

1.8.11.

Portable power supplies/mobile generators (excl. fixed generators - use

1.11.06).

1.8.13.

Heating, ventilation & air conditioning equipment (excl. power station -

use 1.11.18).

1.8.14.

Trace Heating Equipment.

1.8.15.

Busbars & support structures.

1.8.16.

Motor control centres & spares.

1.8.17.

Electronic cards & systems.

1.8.18.

Programmable logic controllers (PLC's).

1.8.19.

Lighting & accessories (excl street lighting).

1.8.22.

Control & instrumentation automation hardware.

1.8.23.

Optical instruments.

1.8.24.

Instrumentation & associated equipment (excl. optical).

1.8.25.

Photographic equipment.

1.8.26.

Detection/monitoring equipment (excl. leak detection - use 1.18.25).

1.8.27.

Evaporators, refrigerators & cryogenerators (excl. air conditioning - use

1.08.13).

1.8.28.

Docking guidance systems.

1.8.29.

Car park equipment & systems.

1.8.30.

Airfield lighting.

1.8.31.

Ticket vending machines.

1.8.99.

Other electrical, control & instrumentation equipment.

1.11.0.

Generation plant & equipment.

1.11.1.

Industrial hot water boilers (excl. domestic boilers - use 1.01.22).

1.11.2.

Steam boilers.

1.11.3.

Boiler ancillary equipment.

1.11.4.

Generators - power station.

1.11.6.

Engines & engine spares (excl. mobile generators - use 1.08.11).

1.11.7.

Cooling systems & spares.

1.11.8.

Fuel & oil systems & spares.

1.11.9.

Feed water systems & spares.

1.11.10.

Turbines & spares - steam.

1.11.11.

Solid fuel supply systems & spares.

1.11.12.

Liquid fuel supply systems & spares.

1.11.13.

Gas fuel supply systems & spares.

1.11.14.

Ash/residue disposal systems & spares.

1.11.15.

Combustion air systems & spares.

1.11.16.

Flue gas exhaust systems & spares.

1.11.17.

Turbines & spares - gas.

1.11.18.

Power station heating & ventilation equipment.

1.11.19.

Wind power production equipment.

1.11.20.

Hydro-electric power production plant.

1.11.21.

Bio energy production equipment.

1.11.22.

Wave motion power production equipment.

1.11.23.

Combined heat & power (CHP) plant.

1.11.24.

Solar power production equipment.

1.11.98.

Other boilers & boiler spares.

1.11.99.

[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Warwick: construction work

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168961-2012 Part 2 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 1 - Public works contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

45000000

Construction work

AGENCY: NATIONAL GRID PLC.

COUNTRY: GB. LANGUAGE: EN

Part 2 of 2

Other generation plant & equipment.

1.16.0.

Meters & associated equipment.

1.16.1.

Water meters (encoded).

1.16.2.

Water meters (non-encoded).

1.16.4.

Electricity meters - prepayment.

1.16.5.

Electricity meters - programmable.

1.16.6.

Electrical metering control devices.

1.16.7.

Meter accessories & spares.

1.16.8.

Meter tokens & cards.

1.16.12.

Electrical meters - power station/grid.

1.16.15.

Gas meters - electronic.

1.16.16.

Governors, regulators & associated equipment.

1.16.18.

Prewired meter cabinets.

1.16.99.

Other meters & associated equipment.

2.41.0.

Consultancy (excl. engineering consultancy).

2.41.2.

Financial consultancy.

2.41.3.

IT consultancy (excl. e-commerce - use 2.41.17).

2.41.4.

Change management consultancy.

2.41.5.

Energy management consultancy.

2.41.6.

Estates & property consultancy.

2.41.8.

Procurement & materials management consultancy.

2.41.9.

Public relations consultancy.

2.41.10.

Security consultancy.

2.41.11.

Telecommunications/telemetry consultancy.

2.41.12.

Environmental consultancy.

2.41.13.

Quality assurance consultancy.

2.41.15.

Community relations consultancy.

2.41.16.

Retail consultancy.

2.41.17.

E-commerce consultancy

2.41.18.

Corporate planning & strategy consulting.

2.41.19.

Facilities management consultancy.

2.41.20.

Marketing & advertising consultancy.

2.41.21.

Fisheries consultancy.

2.41.22.

Risk management consultancy.

2.41.23.

Value management consultancy.

2.41.29.

Public consultation consultancy.

2.41.99.

Other consultancy.

2.42.6.

Accountancy services.

2.43.0.

Hotel, travel & catering services (excl. consultancy).

2.43.1.

Travel agency services.

2.43.2.

Hotel/accommodation services.

2.43.3.

Catering services (offsite).

2.43.4.

Catering services (onsite).

2.43.99.

Other hotel, travel & catering services.

2.44.0.

Sewage, scrap & refuse disposal services.

2.44.1.

Sewage/sludge disposal services.

2.44.2.

Scrap disposal services.

2.44.3.

Refuse/general waste disposal services.

2.44.4.

Sanitation services.

2.44.5.

Vermin control services.

2.44.6.

Hazardous material handling/treatment/disposal services (incl. asbestos).

2.44.7.

Non-hazardous disposal services.

2.44.8.

Decontamination/pollution control services.

2.44.10.

Recycling services.

2.44.11.

Waste skip hire.

2.44.99.

Other disposal services.

2.45.3.

Printing & publication services (excl. pre-printed stationery - use

1.17.13).

2.45.7.

Training & education services - functional.

2.45.8.

Occupational health services.

2.45.27.

Promotional/corporate goods.

3.70.15.

Building/office maintenance & refurbishment services.

3.70.61.

Rope access and abseiling services.

3.73.28.

Microgeneration services.

3.74.0.

Transport, storage & hire services.

3.74.1.

Vehicle accident & repair services.

3.74.2.

Vehicle bodybuilding.

3.74.4.

Vehicle recovery services.

3.74.5.

Courier services.

3.74.6.

Transportation services.

3.74.7.

Storage & warehousing services.

3.74.9.

Mechanical handling equipment maintenance (excl. fixed cranes - use

3.74.26).

3.74.10.

Mobile plant maintenance.

3.74.11.

Windscreen replacement.

3.74.12.

Vehicle washing services.

3.74.13.

Vehicle disposal services.

3.74.14.

Vehicle leasing & hire services.

3.74.15.

Helicopter/air transport services (excl. overhead line surveys - use

3.79.17).

3.74.16.

Generator hire (non-system use).

3.74.17.

Traffic lights hire.

3.74.19.

Fleet management services.

3.74.20.

Railway track maintenance.

3.74.21.

Weighbridge services.

3.74.22.

Signing, guarding & lighting services (NRSWA).

3.74.23.

Generator hire (system use).

3.74.24.

Tool hire.

3.74.25.

Boats/marine vessel maintenance.

3.74.26.

Fixed crane services.

3.74.27.

Traffic management services.

3.74.28.

Garage/workshop equipment maintenance.

3.74.29.

Mobile accomodation unit hire.

3.74.30.

Fuel card services.

3.74.31.

Marine equipment maintenance & repair services (excl. boats - use

3.74.25).

3.74.98.

Other hire services.

3.74.99.

Other transport & storage services.

3.76.18.

Surveying services (excl. overhead line & pipeline surveying).

3.80.7.

Meter reading services.

3.99.9.

Tool, instrument & specialist equipment services.

3.99.40.

Product testing.

3.99.41.

Machinery testing.

Low risk.

1.1.35.

Fixtures & fittings.

1.2.37.

Ferric nitrate.

1.2.38.

Aluminium chloride.

1.3.8.

First aid kits & supplies.

1.14.0.

Pumps, accessories & spares.

1.14.1.

Pumps - centrifugal.

1.14.2.

Pumps - submersible.

1.14.3.

Pumps - positive displacement.

1.14.5.

Pumps - split case.

1.14.6.

Pumps - double disk.

1.14.9.

Pumps - washwater pump sets.

1.14.10.

Pumps - metering & dosing.

1.14.11.

Pumps - borehole.

1.14.12.

Pumps - macerator.

1.14.13.

Pumps - peristaltic.

1.14.14.

Pumps - portable.

1.14.15.

Pumps - hydraulic.

1.14.16.

Pumps - screw.

1.14.17.

Pumps - axial.

1.14.18.

Pumps - vacuum.

1.14.19.

Pumps - progressing cavity.

1.14.99.

Other pumps, accessories & spares.

1.16.19.

Meter cabinets & housings.

1.17.0.

Office/depot materials & equipment.

1.17.1.

Office equipment (excl. printers - use 1.23.04).

1.17.2.

Office furniture.

1.17.3.

Office stationery.

1.17.4.

Office furnishings & fittings (excl. furniture - use 1.17.02).

1.17.5.

Audio & visual equipment & accessories.

1.17.7.

Drawing office equipment & supplies.

1.17.9.

Paper & card.

1.17.13.

Pre-printed stationery/supplies.

1.17.16.

Publications (off-the-shelf).

1.17.17.

Paper maps.

1.17.18.

Janitorial equipment & supplies.

1.17.21.

Printing & photographic chemicals & materials.

1.17.22.

Catering equipment.

1.17.23.

Catering supplies.

1.17.24.

Storage/warehouse equipment & supplies.

1.17.25.

Packaging equipment & supplies.

1.17.26.

Security printing.

1.17.27.

Pre-printed plastic cards.

1.17.80.

Recycling supplies.

1.17.81.

Recycling equipment.

1.17.99.

Other office materials & supplies.

1.21.0.

Tools & specialist equipment.

1.21.1.

Tools & equipment - cable joiners.

1.21.2.

Tools & equipment - overhead line.

1.21.3.

Insulated tools.

1.21.4.

Hand tools (non-powered).

1.21.5.

Tools & equipment - drilling.

1.21.6.

Power tools (incl. pneumatic/hydraulic).

1.21.8.

Test & inspection equipment.

1.21.9.

Workshop machinery & equipment.

1.21.10.

Industrial cleaning equipment.

1.21.11.

Workshop cleaning consumables.

1.21.13.

Abrasive products.

1.21.14.

Welding & cutting equipment (incl. consumables).

1.21.15.

Tools & equipment - pipeline.

1.21.16.

Weighing equipment.

1.21.17.

Laboratory equipment.

1.21.18.

Pollution control equipment.

1.21.19.

Ladders.

1.21.20.

Port/marine tools & equipment.

1.21.99.

Other tools & specialist equipment.

1.22.0.

Nuclear & reactor plant & equipment.

1.22.1.

Nuclear gas reactor & core.

1.22.2.

Nuclear fuel assembly.

1.22.3.

Nuclear gas baffle.

1.22.4.

Nuclear gas diagrid & support skirt.

1.22.5.

Nuclear shielding.

1.22.6.

Nuclear pressure vessel & liner.

1.22.7.

Nuclear gas circulators.

1.22.8.

Nuclear control rod & assembly.

1.22.9.

Nuclear reactor pumps.

1.22.10.

Nuclear fuel route equipment.

1.22.11.

Nuclear in-service inspection equipment.

1.22.12.

Nuclear island control & instrumentation systems & spares.

1.22.13.

Nuclear reactor protection systems & spares.

1.22.14.

Radioactive waste handling & reprocessing equipment.

1.22.15.

Nuclear primary circuit pipework, vales & penetrations.

1.22.16.

Nuclear sampling systems.

1.22.17.

Nuclear cooling water & heat removal systems.

1.22.18.

Nuclear containment & ventilation systems.

1.22.19.

Dosimetry equipment & control systems.

1.22.20.

Nuclear fire barrier & containment penetrations.

1.22.21.

Nuclear fuel storage racks & equipment.

1.22.22.

Nuclear robotics/remote operations equipment.

1.22.23.

Nuclear fuel.

1.22.24.

PWR pressure vessel & internals.

1.22.25.

PWR pressuriser & pressure control systems.

1.22.26.

PWR steam generator plant.

1.22.27.

PWR chemical & volume control/reactor make-up systems.

1.22.28.

PWR emergency boration & charging systems.

1.22.99.

Other nuclear & reactor plant & equipment.

1.23.0.

Computer equipment & supplies.

1.23.1.

Computer hardware & accessories - workstations/servers.

1.23.2.

Computer hardware & accessories - portable.

1.23.3.

Computer hardware - mainframes.

1.23.4.

Computer peripherals.

1.23.6.

Software development tools.

1.23.7.

General business software (off-the-shelf).

1.23.8.

Specialist business software (excl. software development - use 2.40.02).

1.23.9.

Technical software.

1.23.10.

Utility software.

1.23.11.

Computer consumables (excl. laser/inkjet paper - use 1.17.09).

1.23.12.

Computer systems.

1.23.99.

Other computer equipment & supplies.

1.25.0.

Water/waste water treatment plant & equipment.

1.25.1.

Digestors - sewage & sludge.

1.25.2.

Macerators.

1.25.3.

Odour control equipment.

1.25.4.

Dewatering equipment.

1.25.5.

Waste water scrapers.

1.25.6.

Screens & associated equipment.

1.25.7.

Disinfection equipment.

1.25.8.

Dosing plant.

1.25.9.

Sulphinators.

1.25.10.

Mixing units.

1.25.11.

Incineration equipment.

1.25.12.

Comminutor (pulverization) equipment.

1.25.13.

Detritor (grit removal) equipment.

1.25.14.

Classifier equipment.

1.25.15.

Aeration equipment.

1.25.16.

Surge suppression equipment.

1.25.99.

Other water treatment plant.

1.28.0.

Substation materials.

1.28.1.

Hybrid GIS 275kV (includes integrated control systems).

1.28.2.

Hybrid GIS 145kV (includes integrated control systems).

1.28.3.

Dynamic reactive compensation and voltage support.

1.28.4.

Comms multiplexers.

1.28.5.

PLC terminal equipment.

1.28.6.

Insulators - station post.

1.28.99.

Other substation materials.

2.40.0.

IT & telecommunication related services (excl. consultancy).

2.40.1.

Hardware services.

2.40.2.

Software development services.

2.40.3.

Software support services.

2.40.4.

IT training.

2.40.7.

Recruitment services - IT.

2.40.8.

Telecommunication network services.

2.40.10.

Data collection & handling services (excl. meter reading - use 3.80.07).

2.40.11.

IT network services.

2.40.12.

Internet/Intranet services.

2.40.13.

Telecommunication equipment & associated services.

2.40.14.

Call centre services.

2.40.15.

E-commerce services

2.40.16.

Escrow services.

2.40.17.

IT disaster recovery services.

2.40.98.

Other computer services.

2.40.99.

Other telecommunication services (excl. line construction, maintenance &

repair).

2.41.14.

Personnel/human resources consultancy.

2.41.27.

Insurance consultancy.

2.41.28.

Corporate social responsibility consultancy.

2.42.0.

Financial & accountancy services (excl. consultancy).

2.42.1.

Banking services.

2.42.2.

Insurance services.

2.42.3.

Pension funding services.

2.42.4.

Financial leasing services.

2.42.5.

Cash collection services.

2.42.7.

Shareholder services.

2.42.8.

Financial audit services.

2.42.9.

Debt collection services.

2.42.10.

Claims management services.

2.42.11.

Licensing services.

2.42.12.

Recruitment services - finance.

2.42.13.

Auction services.

2.42.14.

Credit/procurement card services.

2.42.16.

Insurance brokerage.

2.42.17.

Customer acquisition services.

2.42.99.

Other financial & accountancy services.

2.43.5.

Vending machine services.

2.45.0.

Business & administrative services.

2.45.1.

Legal services.

2.45.2.

Photographic services.

2.45.4.

Public relations services.

2.45.5.

Recruitment services (excl. IT & finance - use 2.40.07 & 2.42.12).

2.45.9.

Hygiene services.

2.45.10.

Conference/event management services (incl. entertainment).

2.45.11.

Office & depot cleaning services.

2.45.12.

Window cleaning services.

2.45.13.

Laundry services.

2.45.14.

Market research services.

2.45.15.

Postal & mailing services (excl. courier services - use 3.74.05).

2.45.16.

Real estate services.

2.45.17.

Furniture maintenance & repair services.

2.45.18.

Office equipment services.

2.45.19.

Facilities management (excl. IT - use 2.40.06).

2.45.20.

Meteorological services.

2.45.22.

Technical/procedural writing services.

2.45.23.

Subscription services.

2.45.25.

Removal/relocation services (excl. storage services - use 3.74.07).

2.45.26.

Wayleave services.

2.45.28.

Graphic & media design services.

2.45.29.

Personnel/human resources services.

2.45.30.

Language translation services.

2.45.31.

Marketing & advertising services.

2.45.32.

Audit services (excl. financial - use 2.42.08).

2.45.33.

Asset management/operation services.

2.45.35.

Plastic card fulfilment services.

2.45.36.

Training & education services - personnel related.

2.45.47.

Sales service.

2.45.99.

Other business & administrative services.

3.74.3.

Vehicle maintenance.

II.4) Common procurement vocabulary (CPV)

45000000

II.5) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Qualification for the system:

Conditions to be fulfilled by economic operators in view of their

qualification: Conditions to be fulfilled by economic operators in view of

their qualification:

The UVDB / verify will be the first stage of qualification and will either

be used as the basis for tender selection or may be supplemented by

additional qualification criteria established by National Grid Plc in

specific product or service areas.

It should be noted that National Grid Plc reserves the right not to use

the UVDB for certain contracts where it deems it necessary. Where such

contracts are covered fully by the EU procurement legislation will instead

publish a separate call for competition for that contract in the

supplement to the Official Journal of the European Union.

National Grid Plc also reserves the right to use the UVDB / verify in the

compilation of tender lists for contracts not covered fully by the EU

procurement legislation.

The UVDB system has led to savings to both economic operators (vendors)

and purchasers and ensures that vendors benefit from a reduced workload

whilst their applications are dealt with fairly and consistently by

subscribing utilities.

The administrative costs are being met by the subscribing utilities and

vendors. Vendors registering will therefore be required to make a

contribution of 515 GBP for up to 7 product codes, 640 GBP for 8 to 14

product codes, 815 GBP for 15 to 21 product codes and 1 015 GBP for 21 or

more product codes (plus VAT for UK applicants) annually towards these

costs which is payable prior to dispatch of registration material.

Suppliers or contractors who have already registered on the UVDB need not

reapply, but may wish to ensure that they are entered under all relevant

product or service categories. Where verify is required they should ensure

that they have been audited to the appropriate verify level as the content

and pricing structure depends on.

Risk level. verify category A 260 GBP, verify category, B1 1145 GBP,

verify category B2 1560 GBP and verify category C 1145 GBP. Please note

that for factory audits under verify category D, the prices may vary so

please contact Achilles for a quote.

Means of access to the qualification system is on a permanent basis.

Methods according to which each of those conditions will be verified:

These will be described in the details of the scheme, available from the

UVDB team.

Section V: Procedure

IV.1) Award criteria

IV.1.1) 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.1.2) Information about electronic auction

An electronic auction will be used: yes

Additional information about electronic auction:

IV.2) Administrative information

IV.2.1) File reference number attributed by the contracting entity:

National Grid Plc-QSN-Works-May-2012.

IV.2.2) Duration of the qualification system

Indefinite duration

IV.2.3) Information about renewals

Renewal of the qualification system: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: yes

Reference to project(s) and/or programme(s): Some contracts may be

financed by EU Funds.

VI.3) Procedures for appeal

VI.3.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Subscribers

subject to the EU procurement legislation of England, Wales and Northern

Ireland will, where appropriate, incorporate a minimum 10 calendar day

standstill period (or 15 days if non electronic or fax methods used) at

the point that information on the award of the contract is communicated to

tenderers. If an appeal regarding the award of a contract has not been

successfully resolved then the Public Contracts Regulations 2006 provide

for aggrieved parties who have been harmed or are at risk of harm by a

breach of the rules to take action in the High Court (England, Wales and

Northern Ireland).

VI.4) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Warwick: repair and maintenance services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168960-2012 Part 1 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000, 66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000, 79000000, 80000000, 85000000, 90000000, 92000000, 98000000

Repair and maintenance services, Installation services (except software), Hotel, restaurant and retail trade services, Transport services (excl. Waste transport), Supporting and auxiliary transport services travel agencies services, Postal and telecommunications services, Public utilities, Financial and insurance services, Real estate services, Architectural, construction, engineering and inspection services, IT services: consulting, software development, Internet and support, Research and development services and related consultancy services, Services related to the oil and gas industry, Agricultural, forestry, horticultural, aquacultural and apicultural, services, Business services: law, marketing, consulting, recruitment, printing and, security, Education and training services, Health and social work services, Sewage, refuse, cleaning and environmental services, Recreational, cultural and sporting services, Other community, social and personal services

AGENCY: NATIONAL GRID PLC

COUNTRY: GB. LANGUAGE: EN

Part 1 of 2

Qualification system – utilities

Directive 2004/17/EC

This notice is a call for competition yes

Section I: Contracting entity

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

National Grid Plc

National Grid House, Warwick Technology Park, Gallows Hill

CV34 6DA Warwick

UNITED KINGDOM

Telephone: +44 1235861118

Internet address(es):

General address of the contracting entity:

Address of the buyer profile:

Electronic submission of tenders and requests to participate:



I.2) Main activity

Production, transport and distribution of gas and heat

Electricity

Exploration and extraction of gas and oil

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 qualification system

II.1) Title attributed to the contract by the contracting entity:

UVDB (Utlities Vendor Database).

II.2) Type of contract

Services

Service category No 1: Maintenance and repair services

II.3) Description of the works, services or goods to be procured through

the qualification system:

This QSN includes all service categories 1 - 27.

This notice is to indicate that National Grid Plc will use the UVDB

system, which is managed by Achilles Information Limited, as a system for

the registration of suppliers, contractors and service providers (vendors)

for the purposes of awarding contracts of any value that are fully covered

by the EU procurement legislation and may use it for other contracts. This

notice represents a call for competition under the relevant legislation.

From 27.9.2011 When selecting suppliers to tender for contracts, for

certain types of contract it considers to represent a high risk to its

operations, National Grid Plc will require suppliers to be on the UVDB and

audited using the Achilles Verify supplier audit system. These types of

contract are indicated below, identified by Achilles code numbers.

Suppliers must ensure UVDB registration and completion of Verify audit

requirements to be considered for selection for tender lists for these

types of contracts.

This notice also includes Achilles code numbers for other contracts, where

National Grid Plc considers the risk to its operations as lower. In order

to be considered for selection for Medium Risk tender lists for these

types of contracts only UVDB registration is required initially and in

order to be considered for selection for Low.

Risk tender lists for these types of below threshold contracts, only TSMS

registration is required. Low risk suppliers who wish to be considered for

over threshold contracts will be required to register on.

UVDB as well.

High Risk 1.1.27.

Industrial Consumables 1.2.0.

Chemicals 1.2.1.

Aluminium Sulphate 1.2.2.

Activated Carbon 1.2.3.

Calcium Hydroxide 1.2.4.

Chlorine 1.2.5.

Ferric Chloride 1.2.6.

Ferric Sulphate 1.2.7.

Hydrogen Peroxide 1.2.8.

Phosphoric Acid 1.2.9.

Poly Aluminium Chloride 1.2.10.

Potassium Permanganate 1.2.12.

Sodium Chloride 1.2.13.

Sodium Hydroxide 1.2.14.

Sodium Hypochlorite 1.2.15.

Sodium Silicate 1.2.16.

Sodium Thiosulphate 1.2.17.

Sulphuric Acid 1.2.18.

Polyelectrolytes 1.2.19.

Trichloroethane 1.2.20.

Distilled Water 1.2.21.

Laboratory Chemicals 1.2.22.

Reagents/Buffer Solutions 1.2.23.

Hydrochloric Acid 1.2.24.

Ammonium Sulphate 1.2.25.

Sodium Carbonate 1.2.27.

Hydrazine Hydrate 1.2.28.

Sodium Bicarbonate 1.2.29.

Sodium Bisulphite 1.2.30.

Hexafluorosilicic Acid 1.2.31.

Ferrous Sulphate 1.2.32.

Ferrous Chloride 1.2.33.

Calcium Nitrate 1.2.34.

Calcium Oxide 1.2.35.

Molten Sulphur 1.2.36.

Odourant - Mains Gas 1.2.96.

Other Sodium-based Chemicals 1.2.97.

Other Calcium-based Chemicals 1.2.98.

Other Iron-based Chemicals 1.2.99.

Other Chemicals 1.3.0.

Clothing, Footwear & Personal Protective Equipment 1.3.1.

Waterproof Clothing 1.3.2.

Protective Clothing 1.3.3.

Work Wear/Corporate Clothing 1.3.5.

Footwear (excl. Protective - use 1.03.06) 1.3.6

Personal Protective Equipment 1.3.99.

Other Clothing & Footwear 1.4.0.

Telecommunications Equipment 1.4.1.

Telecommunications Equipment & Accessories (excl. PABX - use 1.04.23)

1.4.3

Voice Processing & Other Speech Related Products 1.4.4.

Telecommunication Transmission Equipment 1.4.5.

Telemetry Equipment 1.4.6.

Scada & Telecontrol Equipment 1.4.7.

Mobile Radio Equipment 1.4.8.

Microwave (incl. UHF Scanning) 1.4.9

Antennae/Aerial Masts 1.4.21.

ISDN Equipment 1.4.22.

C.L.A.S.S. Equipment 1.4.23

PABX Equipment 1.4.24.

Payphones & Spares 1.4.25.

Communication Tower Steel Structures 1.4.26.

Radio Clocks 1.4.27.

Synchronising Equipment (incl. Interfacing Equipment) 1.4.28

Satellite Communications Equipment 1.4.29.

Radar Equipment 1.4.99.

Other Telecommunications Equipment 1.5.0.

Cables & Accessories 1.5.1.

Underground Mains & Service Cable - Below 1kV 1.5.2.

Underground Mains Cable - 1kV to 19kV 1.5.3.

Underground Mains Cable - 20kV to 99kV 1.5.4.

Underground Mains Cable - 100kV to 199 kV 1.5.5.

Underground Mains Cable - 200kV & Above 1.5.6.

Underground Cable Joints, Terminations & Jointing Materials - Below 1kV

1.5.7.

Underground Cable Joints, Terminations & Jointing Materials - 1kV to 19kV

1.5.8.

Underground Cable Joints, Terminations & Jointing Materials - 20kV to 99kV

1.5.9.

Underground Cable Joints, Terminations & Jointing Materials - 100kV to

199kV 1.5.10.

Underground Cable Joints, Terminations & Jointing Materials - 200kV &

Above 1.5.11.

General Wiring Cable 1.5.12.

Telecommunications Cable 1.5.13.

Fibre Optic Cable 1.5.14.

Fibre Optic Cable Accessories 1.5.15.

Cable Accessories (excl. Ducting - use 1.18.17) 1.5.16

Control & Instrumentation Cable 1.5.17.

Control & Instrumentation Cable Accessories 1.5.18.

Solder 1.5.19.

Link Boxes 1.5.20.

Subsea cables 1.5.99.

Other Cables (excl. Underground Marker Materials - use 1.01.18) 1.6.0

Overhead Line Equipment & Accessories 1.6.1.

Covered Overhead Line Conductor 1.6.2.

Bare Overhead Line Conductor 1.6.4.

Conductor Fittings 1.6.5.

Helical Fittings 1.6.6.

Insulator Fittings 1.6.7.

Electrical Insulators - Porcelain 1.6.8.

Electrical Insulators - Glass 1.6.9.

Electrical Insulators - Polymeric 1.6.10.

Overhead Line Towers 1.6.11.

Overhead Line Accessories 1.6.12.

Overhead Line Steelwork 1.6.13.

Overhead Line Poles 1.6.14.

Stranded Wire Products 1.6.99.

Other Overhead Line Equipment & Accessories 1.7.0.

Transformers, Reactors & Capacitors 1.7.2.

Transformers - Distribution Ground Mounted (2000kVA & Below) 1.7.3

Transformers - Distribution Pole Mounted (315kVA & Below) 1.7.4

Transformers - Generator 1.7.5.

Transformer Ancillary Equipment 1.7.20.

Transformers - Current 1.7.21.

Transformers - Voltage 1.7.24.

Substations - Unit/Composite 1.7.27.

Transformers - Primary (Below 10MVA) 1.7.28

Transformers - Primary (10MVA to 100MVA) 1.7.29

Transformers - Grid (Above 100MVA) 1.7.30

Tap Changing Equipment 1.7.31.

Transformer Bushings 1.7.32.

Quadrature Boosters 1.7.33.

Voltage Regulators 1.7.34.

Reactors 1.7.35.

Capacitors 1.7.99.

Other Transformers 1.8.20.

Electrical/Electronic Components 1.8.21.

Control & Instrumentation Systems & Spares (excl. Nuclear - use 1.22.12)

1.9.0

Electrical Protection Equipment 1.9.2.

Cut Outs 1.9.5.

Relays 1.9.9.

Fuses - Below 1kV 1.9.10.

Fuses - 1kV to 11kV 1.9.11.

Fuses - Above 11kV 1.9.12.

Surge Diverters/Arrestors 1.9.13.

Distribution Fuse Cabinets/Pillars 1.9.14.

Fault Passage Indicators 1.9.15.

Uninterruptible Power Supply (UPS) Systems 1.9.16.

Lightning Protection Equipment 1.9.17.

Control & Protection Cabinets/Cabins for Substations (38kV & Above) 1.9.99

Other Electrical Protection Equipment 1.10.0.

Energy, Water, Fuels, Oils & Greases 1.10.1.

Electricity 1.10.2.

Natural Gas 1.10.10.

Solid Fuel 1.10.11.

Petrol 1.10.14.

Insulating Oils 1.10.15.

Lubricating Oils 1.10.16.

Paraffin 1.10.17.

Heating Oils 1.10.18.

Fuel Oil 1.10.19.

Hydraulic Fluids 1.10.23.

Degreasants & Solvents 1.10.24.

Greases 1.10.25.

Biodegradable Oils 1.10.26.

Fuel Additives 1.10.27.

Mains Water (Potable) 1.10.28

Alternative/Emergency Water Supplies 1.10.99.

Other Energy, Oils & Fuels 1.13.0.

Mechanical Machinery, Equipment & Spares 1.13.1.

Bearings & Transmission Products 1.13.2.

Mechanical Seals & Gaskets 1.13.3.

Blowers, Exhausters & Fans 1.13.4.

Conveyor Systems incl. Belts 1.13.5.

Tanks & Covers (excl. Fuel - use 1.20.21) 1.13.7

Filters (excl. Car Filters - use 1.20.15) 1.13.16

Compressed Air/Gas Systems (incl. Fixed Compressors & Vessels) 1.13.17

Fire Fighting Equipment 1.13.24.

Oil & Gas Powered Motors 1.13.35.

Centrifuges 1.13.36.

Drive Belts, Chains & Couplings 1.13.37.

Cranes (Fixed Location) 1.13.40

Rubber Hoses & Couplings 1.13.41.

Lifting Gear, Winches & Other Lifting Equipment 1.13.42.

Overhead Gantries & Walkways 1.13.43.

Gas & Air Treatment Plant 1.13.44.

Lubrication Equipment 1.13.45.

Skid Units/Pressure Reduction Modules 1.13.99.

Other Mechanical Machinery, Equipment & Spares 1.16.3.

Electricity Meters - Credit 1.16.13.

Gas Meters - Credit 1.16.14.

Gas Meters - Prepayment 1.18.0.

Pipes & Accessories 1.18.1.

Pipes & Fittings - Fibre Cement 1.18.2.

Pipes & Fittings - Concrete 1.18.3.

Pipes & Fittings - Ductile Iron 1.18.4.

Pipes & Fittings - Copper 1.18.5.

Pipes & Fittings - Clay 1.18.6.

Pipes & Fittings - High Density Polyethylene (HDPE) 1.18.7

Pipes & Fittings - Medium Density Polyethylene (MDPE) 1.18.8

Pipes & Fittings - MOPVC 1.18.9.

Pipes & Fittings - PVC 1.18.10.

Pipes & Fittings - Steel 1.18.11.

Pipe Fittings - Clamps & Collars 1.18.12.

Pipe Fittings - Couplings & Flanged Adapters 1.18.13.

Pipe Fittings - Electrofusion Fittings 1.18.14.

Pipe Fittings - Gunmetal 1.18.15.

Pipe Fittings - Plastic 1.18.16.

Pipes & Fittings - Stainless Steel 1.18.17.

Ducting 1.18.18.

Water Flange Joint Sets 1.18.19.

Pipe Accessories, Consumables & Associated Supplies 1.18.20.

Surface Boxes & Chambers 1.18.25.

Leak Detection, Control & Repair Equipment/Materials 1.18.26.

Pipes & Fittings - GRP 1.18.27.

Standpipes 1.18.99.

Other Pipes 1.19.0.

Valves, Actuators & Spares 1.19.1.

Valves - Air 1.19.2.

Valves - Gate/Sluice/Knife 1.19.3.

Valves - Hydrants 1.19.4.

Valves - Non-Return/Reflux/Check 1.19.5.

Valves - Penstock 1.19.7.

Valves - Needle/Globe 1.19.8.

Valves - Flap 1.19.9.

Valves - Butterfly 1.19.10.

Valves - Ball 1.19.11.

Valves - Diaphragm 1.19.12.

Valves - Pressure Control 1.19.15.

Valves - Solenoid 1.19.16.

Valves - Safety 1.19.17.

Actuators 1.19.18.

Valves - Float Operated 1.19.19.

Valves - Plug 1.19.99.

Other Valves, Actuators & Spares 1.20.0.

Transport & Mobile Plant 1.20.1.

Passenger Cars 1.20.2.

Vans - Car-derived 1.20.3.

Commercial Vehicles 1.20.6.

Specialist Vehicles, Tankers, Bodies & Trailers 1.20.7.

Tyres & Tubes 1.20.8.

Cable/Pipe Laying Plant 1.20.9.

Mobile Plant (excl. Mechanical Handling Plant - use 1.20.13) 1.20.10

Trenchless Equipment 1.20.11.

Access Platforms & Equipment 1.20.12.

Horticultural Equipment 1.20.13.

Cranes (Mobile) & Mechanical Handling Plant/Equipment 1.20.14.

Garage Equipment 1.20.15.

Vehicle/Mobile Plant Parts & Accessories 1.20.16.

Boats & Marine Vessels 1.20.17.

Bicycles & Spares 1.20.18.

Railway Equipment 1.20.19.

Passenger Loading Bridges 1.20.20.

Baggage Trolleys 1.20.21.

Fuel Delivery, Storage and Dispensing Equipment 1.20.98.

Other Transport 1.20.99.

Other Mobile Plant 1.23.5.

Network Equipment & Accessories 1.24.0.

Switchgear 1.24.1.

Switchgear - Indoor (Below 1kV) 1.24.2

Switchgear - Indoor (1kV to 19kV) 1.24.3

Switchgear - Indoor (20kV to 99kV) 1.24.4

Switchgear - Indoor (100kV to 199kV) 1.24.5

Switchgear - Indoor (200kV & Above) 1.24.6

Switchgear - Outdoor (Below 1kV) 1.24.7

Switchgear - Outdoor (1kV to 19kV) 1.24.8

Switchgear - Outdoor (20kV to 99kV) 1.24.9

Switchgear - Outdoor (100kV to 199kV) 1.24.10

Switchgear - Outdoor (200kV & Above) 1.24.11

Switchgear - Multi Motor 1.24.12.

Switchgear - Power Factor Correction 1.24.13.

Switchgear - Variable Speed/Soft Driven 1.24.14.

Switchgear - Direct Current (DC) 1.24.15

Switchgear Parts & Accessories 1.24.16.

Circuit Breakers 1.24.17.

Disconnectors 1.24.99.

Other Switchgear 1.26.0.

Industrial Gases 1.26.1.

Propane 1.26.2.

Butane 1.26.3.

Oxygen 1.26.4.

Nitrogen 1.26.5.

Carbon Dioxide 1.26.6.

Sulphur Dioxide 1.26.7.

Sulphur Hexafluoride 1.26.8.

Argon Free Oxygen 1.26.9.

Hydrogen 1.26.10.

Methane 1.26.11.

Acetylene 1.26.12.

Helium 1.26.13.

Laboratory Gases 1.26.14.

Medical Gases 1.26.15.

Argon 1.26.16.

Argonshield 1.26.17.

Oxygen Free Nitrogen 1.26.99.

Other Industrial Gases 1.27.0.

Gas Transmission/Distribution Plant & Equipment 1.27.1.

Compressor Station/Aero Engines & Spares 1.27.2.

Compressor Station Plant & Spares 1.27.3.

Compressor Station Consumables 1.27.4.

Compressor Station Fire & Gas Equipment 1.27.5.

Compressor Station Safety & Test Equipment 1.27.6.

Compressor Station Emission Stacks 1.27.7.

Gas Holder Antifreeze Units 1.27.8.

Odorisation Equipment 1.27.9.

Water Bath Heaters 1.27.10.

Fogger/Gas Conditioning Units 1.27.11.

Integrated Gas Analytical Systems 1.27.12.

Gas Storage Plant & Equipment 1.27.99.

Other Gas Transmission/Distribution Plant & Equipment 1.60.0.

Airport Equipment 1.60.1.

Airport specific information systems 1.60.2.

Flight Information Displays (FIDS) (Screens with flight and gate

information) 1.60.3

Flight Management Systems (AODB) (to register passengers per airline and

invoice airlines) 1.60.4

Baggage Handling Systems (Insourced/Outsourced) 1.60.5

Passenger Queue Measurement Systems 1.61.0.

Airport Handling Equipment 1.61.1.

Baggage transportation equipment 1.61.2.

Baggage classification equipment 1.62.0.

Air Traffic Management Systems 1.62.1.

Communication systems (VHF-YHF, Tetra Systems) 1.62.2

Radars and surveillance systems 1.62.3.

Air navigation systems: ILS (Instrumental Landing Systems), NDB, VOR

1.62.4.

Meteorological equipment: IRVR Transmission meters, AMOs/RAMOS/SAMOS/FAMOS

1.63.0.

Airport Firefighting Equipment 1.63.1.

Firefighting vehicles - airside 2.40.6.

Facilities Management Services - IT 2.41.7.

Health & Safety Consultancy 2.44.12.

Waste Management Services (excl. Radioactive - use 3.77.09) 2.45.6

Security Services 2.45.46.

Rescue and Emergency Medical Services 2.45.48.

CAP699 Competency Management 2.46.0.

Airport Operations - Technical Services (Airfield) 2.46.1

Wildlife / Bird Management 2.46.2.

Stand / Coaching Planning 2.46.3.

Slots Planning 2.46.4.

Ice Management / Weather Systems 2.46.5.

Marshalling 2.46.6.

Cargo Systems Management (Processing/Customs) 2.46.7

Auditing 2.47.0.

Airside Handling 2.47.1.

Handling Aircraft - Ramps 2.47.2.

Handling Passengers - PRM (People with Reduced Mobility) 3.70.0

Building, Civil Engineering & Associated Services 3.70.1.

Pumping Station - Clean Water 3.70.2.

Pumping Station - Waste Water 3.70.3.

Treatment Works - Waste Water 3.70.4.

Treatment Works - Clean Water 3.70.5.

Water Tower 3.70.6.

Reservoir/Dam/Weir/Lock 3.70.7.

Tunnelling & Shafts (incl. Penstocks) 3.70.8

Gas Storage Leaching 3.70.11.

Carpentry Services 3.70.12.

Plumbing Services 3.70.13.

Electrician Services 3.70.14.

Industrial Painting & Specialist Coating Services 3.70.16.

Grounds Care Maintenance 3.70.17.

Fire Protection & Maintenance Services (excl. Substation - use 3.75.09)

3.70.18

Demolition & Clearance Work 3.70.19.

Lift/Escalator Services 3.70.20.

Roofing Services 3.70.21.

Concrete Services 3.70.22.

Fencing Services 3.70.23.

Land Reinstatement Services 3.70.24.

Landscaping Services (incl. Earthworks) 3.70.25

Foundation Services (incl. Piling) 3.70.26

Road Construction & Surfacing Services 3.70.27.

Rock Anchor Services 3.70.31.

General Building incl. Offices 3.70.32.

Security Equipment Installation & Maintenance 3.70.33.

Modular Structures 3.70.34.

Heating, Ventilation & Air Conditioning Services (excl. Power Station -

use 3.73.22) 3.70.35

Insulation Services 3.70.36.

Flood Defence Construction 3.70.37.

Carpark Construction 3.70.38.

Airport Construction 3.70.39.

Pipeline Construction 3.70.40.

Harbour & Marine Engineering Works 3.70.41.

Land Reclamation Works & Services 3.70.42.

Railway Construction 3.70.43.

Gas Transmission System Plant Construction 3.70.44.

Gas Transmission System Plant Repairs & Upgrades 3.70.45.

Minor Civil Works 3.70.46.

Bridge Construction 3.70.47.

Off-shore Structures 3.70.48.

Gas Drying Plant 3.70.49.

Gas Storage Plant Site Services 3.70.50.

Bridge Maintenance 3.70.99.

Other Building, Civil Engineering & Associated Services 3.71.0.

Underground Cable Services 3.71.16.

Subsea Cable Services 3.71.17.

Underground Telecommunication Cable Laying (incl. Excavation &

Reinstatement) 3.71.18

Underground Telecommunication Cable Maintenance & Repair 3.71.19.

Underground Cable Laying (incl. Excavation & Reinstatement) - Below 1kV

3.71.20.

Underground Cable Laying (incl. Excavation & Reinstatement) - 1kV to 19kV

3.71.21.

Underground Cable Laying (incl. Excavation & Reinstatement) - 20kV to 99kV

3.71.22.

Underground Cable Laying (incl. Excavation & Reinstatement) - 100kV to

199kV 3.71.23.

Underground Cable Laying (incl. Excavation & Reinstatement) - 200kV &

Above 3.71.24.

Underground Cable Jointing - Below 1kV 3.71.25.

Underground Cable Jointing - 1kV to 19kV 3.71.26.

Underground Cable Jointing - 20kV to 99kV 3.71.27.

Underground Cable Jointing - 100kV to 199kV 3.71.28.

Underground Cable Jointing - 200kV & Above 3.71.29.

Underground Cable Maintenance & Repair - Below 1kV 3.71.30.

Underground Cable Maintenance & Repair - 1kV to 19kV 3.71.31.

Underground Cable Maintenance & Repair - 20kV to 99kV 3.71.32.

Underground Cable Maintenance & Repair - 100kV to 199kV 3.71.33.

Underground Cable Maintenance & Repair - 200kV & Above 3.71.34.

Multi-utility Cable & Pipe Laying (incl. Excavation & Reinstatement)

3.71.35

Trenchless Cable Laying 3.71.36.

Street Lighting Connection 3.71.99.

Other Underground Cable Services 3.72.0.

Pipe Services 3.72.1.

Water Service Pipe Laying (incl. Excavation & Reinstatement) 3.72.2

Water Mains Pipe Laying (incl. Excavation & Reinstatement) 3.72.3

Sewer Pipe Laying (incl. Excavation & Reinstatement) 3.72.4

Marine/River Outfall 3.72.5.

Water Service Pipe Maintenance & Repair 3.72.6.

Water Mains Pipe Maintenance & Repair 3.72.7.

Sewer Pipe Maintenance & Repair 3.72.9.

Pipe Surveying Services 3.72.10.

Trenchless Pipe Laying (incl. Pipe Replacement) 3.72.11

Borehole & Well Drilling 3.72.13.

Pipework Fabrication & Installation 3.72.15.

Transmission Pipeline Services 3.72.18.

Heating Pipe Services 3.72.19.

Flexible Structures, Waterproof Lining Services 3.72.20.

Pipeline CCTV/Inspection Services 3.72.21.

Pipe Coating / Lining Services 3.72.22.

Sewer Jetting Services 3.72.23.

Gas Service Pipe Laying (incl. Excavation & Reinstatement) 3.72.24

Gas Mains Pipe Laying (incl. Excavation & Reinstatement) 3.72.25

Gas Service Pipe Maintenance & Repair 3.72.26.

Gas Mains Pipe Maintenance & Repair 3.72.27.

Sub-sea Pipe Laying 3.72.97.

Other Gas Pipe Services 3.72.98.

Other Water Pipe Services 3.72.99.

Other Pipe Services 3.73.0.

Generation Services 3.73.1.

Boiler Services 3.73.2.

Engine Services 3.73.3.

Feed System Services 3.73.4.

Turbine Services 3.73.5.

Generator Services 3.73.6.

Fuel System Services 3.73.10.

Generation Operation & Maintenance Services 3.73.11.

Energy Supply Plant Installation & Operation Services 3.73.12.

Power Station - Combined Heat & Power Gas Turbine (CHP) 3.73.13

Power Station - Combined Cycle Gas Turbine (CCGT) 3.73.14

Power Station - Reciprocating Engine Combined Heat & Power 3.73.15.

Steam System Services 3.73.16.

Cooling Water System Services 3.73.17.

Bulk Storage Services 3.73.19.

Ash/Residue Disposal System Services 3.73.20.

Combustion Air System Services 3.73.21.

Flue Gas Exhaust System Services 3.73.22.

Power Station Heating & Ventilation Services 3.73.23.

Wind Farm Construction 3.73.24.

Wind Power Plant Services (excl. Construction) 3.73.25

Hydro-Electric Power Plant Construction 3.73.26.

Hydro-Electric Power Plant Services (excl. Construction) 3.73.27

Power Station - Conventional Thermal Power Plants 3.73.99.

Other Generation Services 3.74.8.

Mobile Plant Hire Services 3.74.34.

Haulage - low-loader (except Haulage - general - see 3.74.6) 3.75.0

Substation Services 3.75.2.

Substation Building Civil Services 3.75.3.

Protection & Control System Services 3.75.4.

Telecontrol Services 3.75.5.

Switchgear Services 3.75.6.

Transformer Services 3.75.7.

Substation Cabling Services 3.75.8.

Substation Plant Dismantling & Removal 3.75.9.

Substation Fire Protection Services 3.75.10.

Substation Plant Painting Services 3.75.11.

Substation Design - Transmission 3.75.12.

Substation Construction - Transmission 3.75.13.

Substation Design & Construction - Transmission 3.75.14.

Substation Turnkey - Transmission 3.75.15.

Substation Design - Distribution 3.75.16.

Substation Construction - Distribution 3.75.17.

Substation Design & Construction - Distribution 3.75.18.

Substation Turnkey - Distribution 3.75.19.

Substation General Maintenance 3.75.99.

Other Substation Services 3.76.0.

Engineering Consultancy 3.76.1.

Technical Consultancy 3.76.2.

Planning Consultancy 3.76.3.

Electrical Consultancy - 11kV & Below 3.76.4.

Electrical Consultancy - 20kV to 99kV 3.76.5.

Electrical Consultancy - 100kV to 199kV 3.76.6.

Electrical Consultancy - 200kV & Above 3.76.7.

Mechanical Consultancy 3.76.8.

Structural Consultancy 3.76.9.

Cathodic Protection Consultancy 3.76.10.

Hydrology & Hydrogeology Consultancy 3.76.11.

Process Consultancy 3.76.12.

Tunnels Consultancy 3.76.13.

Dams Consultancy 3.76.14.

Quantity Surveying 3.76.15.

Topographical Consultancy 3.76.17.

Scientific Consultancy 3.76.19.

Archaeological Consultancy & Surveys 3.76.20.

Control & Instrumentation Consultancy 3.76.21.

Architectural Services 3.76.22.

Civil Engineering Consultancy 3.76.23.

Environmental Impact Surveys 3.76.24.

Hydraulic Modelling Consultancy 3.76.25.

Pipeline Consultancy 3.76.26.

Project Management Consultancy 3.76.27.

Geotechnical Site Investigation Services 3.76.28.

Cartography Services (incl. Section 105) 3.76.29

Airfield Consultancy 3.76.30.

Fire Consultancy 3.76.31.

Flood Defence Consultancy 3.76.32.

Harbour & Marine Consultancy 3.76.33.

Port Planning Services 3.76.34.

Gas Network Consultancy & Services 3.76.99.

Other Engineering Consultancy 3.77.0.

Nuclear & Reactor Services 3.77.1.

Health Physics Services 3.77.2.

Reactor Physics Services 3.77.3.

Reactor Core Services 3.77.4.

Gas Circulator Services 3.77.5.

Control Rod & Assembly Services 3.77.6.

Fuel Route Services 3.77.7.

Nuclear Island Control & Instrumentation Services 3.77.8.

Nuclear Decommissioning 3.77.9.

Radioactive Waste Management Services 3.77.10.

Nuclear Fuel Services 3.77.11.

Nuclear Routine & Outage Plant Maintenance 3.77.12.

Nuclear Power Station Outage Management Services 3.77.13.

Nuclear Safety Case Preparation & Support Services 3.77.99.

Other Nuclear & Reactor Services 3.78.0.

Mechanical, Electrical, Instrumentation, Control & Automation Services

3.78.1.

Control & Instrumentation Services 3.78.2.

Electrical Inspection/Testing Services 3.78.3.

Mechanical Inspection/Testing Services 3.78.4.

Electrical Installation Services 3.78.5.

Mechanical Installation Services 3.78.6.

Pump Services 3.78.7.

Valve Services 3.78.8.

Compressed Air/Gas System Services 3.78.9.

Metal & Steel Fabrication Services 3.78.10.

Motor Rewind Services 3.78.11.

Machining Services 3.78.12.

Deplanting/Decommissioning Services 3.78.13.

Gas Appliance Services 3.78.14.

Water Treatment Plant Services 3.78.15.

Gas Network Plant Services 3.78.16.

Lighting Services 3.78.17.

Gas Storage Plant Services 3.78.18.

Mechanical Maintenance and Repair Services 3.78.19.

Electrical Maintenance and Repair Services 3.78.99.

Other Mechanical, Electrical, Instrumentation, Control & Automation

Services 3.79.0.

Overhead Line Services 3.79.1.

Overhead Line Construction - Wood Pole (11kV & Below) 3.79.2

Overhead Line Construction - Wood Pole (20kV to 99kV) 3.79.3

Overhead Line Inspection, Maintenance & Repair - Wood Pole (11kV & Below)

3.79.4

Overhead Line Inspection, Maintenance & Repair - Wood Pole (20kV to 99kV)

3.79.5

Overhead Line Design - Tower (20kV to 99kV) 3.79.6

Overhead Line Design - Tower (100kV to 199kV) 3.79.7

Overhead Line Design - Tower (200kV & Above) 3.79.8

Overhead Line Construction - Tower (20kV to 99kV) 3.79.9

Overhead Line Construction - Tower (100kV to 199kV) 3.79.10

Overhead Line Construction - Tower (200kV & Above) 3.79.11

Overhead Line Design & Construction - Tower (20kV to 99kV) 3.79.12

Overhead Line Design & Construction - Tower (100kV to 199kV) 3.79.13

Overhead Line Design & Construction - Tower (200kV & Above) 3.79.14

Overhead Line Inspection, Maintenance & Repair - Tower (20kV to 99kV)

3.79.15

Overhead Line Inspection, Maintenance & Repair - Tower (100kV to 199kV)

3.79.16

Overhead Line Inspection, Maintenance & Repair - Tower (200kV & Above)

3.79.17

Overhead Line Services - Surveying 3.79.18.

Overhead Line Services - Tree Cutting 3.79.19.

Overhead Line Services - Tower Painting 3.79.20.

Overhead Line Services - Scaffolding (System Use) 3.79.21

Overhead Line Services - Wood Pole Installation 3.79.22.

Telecommunication Overhead Line Construction 3.79.23.

Telecommunication Overhead Line Maintenance & Repair 3.79.24.

Overhead Line Construction - Wood Pole (100kV to 199kV) 3.79.25

Overhead Line Inspection, Maintenance & Repair - Wood Pole (100kV to

199kV) 3.79.99

Other Overhead Line Services 3.80.0.

Meter & Associated Services 3.80.1.

Water Meter Maintenance & Repair Services 3.80.2.

Electricity Meter Maintenance & Repair Services 3.80.3.

Gas Meter Maintenance & Repair Services 3.80.4.

Meter Installation & Removal Services 3.80.5.

Meter Operator Services 3.80.6.

Meter Calibration Services 3.80.99.

Other Meter & Associated Services 3.99.0.

Other Engineering Services 3.99.1.

Thermal Hydrolysis 3.99.3.

Calibration Services (excl. Meter - use 3.80.06) 3.99.4

Research & Development 3.99.5.

Testing & Analysis Services 3.99.11.

Diving Services 3.99.12.

Agricultural & Land Drainage Services 3.99.13.

Anti Corrosion & Cathodic Protection Services 3.99.14.

Heat Treatment/Hardening Services 3.99.19.

Joint Sealing Services 3.99.23.

Dredging Services 3.99.24.

Flood Defence Services 3.99.25.

Statutory Inspection Services/Safety Assessments 3.99.27.

Non-Destructive Testing Services 3.99.28.

Scaffolding Services (Non-system Use) 3.99.29

Industrial Cleaning Services 3.99.31.

Welding Services 3.99.32.

Monitoring Services 3.99.33.

Laboratory Services 3.99.34.

Canal & River Services (excl. River Defence - use 3.99.24) 3.99.35

Fisheries Services 3.99.36.

Salvaging Services 3.99.37.

Hydrographic Services 3.99.42.

Compliance and Assessing Services 3.99.43.

Ecology and Biodiversity 3.99.99.

Other Engineering Services.

Medium Risk 1.1.0.

Building/Civil Products 1.1.1.

Sand 1.1.2.

Gravel 1.1.3.

Aggregate & Stone 1.1.4.

Reinstatement Products 1.1.5.

Concrete Ready Mixed 1.1.6.

Pre-Cast Building Products 1.1.7.

Paints & Varnishes 1.1.8.

Insulation Equipment & Materials 1.1.9.

Mobile Accommodation Units (excl. Hire - use 3.74.29) 1.1.10

Security Equipment 1.1.11.

Enclosures & Kiosks (excl. Meter Housings - use 1.16.19) 1.1.12

Signs (excl. Road Signs - use 1.01.13) 1.1.13

Road Furniture 1.1.14.

Fencing 1.1.15.

Steel/Metal Materials (excl. Cables & Pipes) 1.1.16

Timber Materials (excl. Wood Poles - use 1.06.13) 1.1.17

Horticultural Products 1.1.18.

Underground Marker Materials 1.1.19.

Insulation/Plastic Tape 1.1.20.

Fasteners & Fixings 1.1.21.

Flood Defence/Landscaping Building Products 1.1.22.

Domestic Appliances 1.1.23.

Adhesives & Sealants - General 1.1.24.

Airport/Port Security Equipment 1.1.25.

Environmental/Reclaimed Building Products 1.1.26.

Prefabricated Buildings 1.1.28.

Off-shore Structure Equipment 1.1.30.

Plumbing Equipment & Sundries 1.1.98.

Other Quarry Products 1.1.99.

Other Building/Civil Products 1.8.0.

Electrical, Control & Instrumentation Equipment 1.8.5.

Distribution Boards (1kV & Below) 1.8.6

Earthing Equipment 1.8.7.

Electrical Motors 1.8.10.

Primary Cells, Batteries & Chargers 1.8.11.

Portable Power Supplies/Mobile Generators (excl. Fixed Generators - use

1.11.06) 1.8.13

Heating, Ventilation & Air Conditioning Equipment (excl. Power Station -

use 1.11.18) 1.8.14

Trace Heating Equipment 1.8.15.

Busbars & Support Structures 1.8.16.

Motor Control Centres & Spares 1.8.17.

Electronic Cards & Systems 1.8.18.

Programmable Logic Controllers (PLC's) 1.8.19

Lighting & Accessories (excl Street Lighting) 1.8.22

Control & Instrumentation Automation Hardware 1.8.23.

Optical Instruments 1.8.24.

Instrumentation & Associated Equipment (excl. Optical) 1.8.25

Photographic Equipment 1.8.26.

Detection/Monitoring Equipment (excl. Leak Detection - use 1.18.25) 1.8.27

Evaporators, Refrigerators & Cryogenerators (excl. Air Conditioning - use

1.08.13) 1.8.28

Docking Guidance Systems 1.8.29.

Car Park Equipment & Systems 1.8.30.

Airfield Lighting 1.8.31.

Ticket Vending Machines 1.8.99.

Other Electrical, Control & Instrumentation Equipment 1.11.0.

Generation Plant & Equipment 1.11.1.

Industrial Hot Water Boilers (excl. Domestic Boilers - use 1.01.22) 1.11.2

Steam Boilers 1.11.3.

Boiler Ancillary Equipment 1.11.4.

Generators - Power Station 1.11.6.

Engines & Engine Spares (excl. Mobile Generators - use 1.08.11) 1.11.7

Cooling Systems & Spares 1.11.8.

Fuel & Oil Systems & Spares 1.11.9.

Feed Water Systems & Spares 1.11.10.

Turbines & Spares - Steam 1.11.11.

Solid Fuel Supply Systems & Spares 1.11.12.

Liquid Fuel Supply Systems & Spares 1.11.13.

Gas Fuel Supply Systems & Spares 1.11.14.

Ash/Residue Disposal Systems & Spares 1.11.15.

Combustion Air Systems & Spares 1.11.16.

Flue Gas Exhaust Systems & Spares 1.11.17.

Turbines & Spares - Gas 1.11.18.

Power Station Heating & Ventilation Equipment 1.11.19.

Wind Power Production Equipment 1.11.20.

Hydro-Electric Power Production Plant 1.11.21.

Bio Energy Production Equipment 1.11.22.

Wave Motion Power Production Equipment 1.11.23.

Combined Heat & Power (CHP) Plant 1.11.24.

Solar Power Production Equipment 1.11.98.

Other Boilers & Boiler Spares 1.11.99.

Other Generation Plant & Equipment 1.16.0.

Meters & Associated Equipment 1.16.1.

Water Meters (Encoded) 1.16.2

Water Meters (Non-Encoded) 1.16.4

Electricity Meters - Prepayment 1.16.5.

Electricity Meters - Programmable 1.16.6.

[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

TITLE: UK-Warwick: repair and maintenance services

PUBLISHED ON: 30/05/2012

DOCUMENT NUMBER: 168960-2012 Part 2 of 2

JOURNAL NUMBER: 101

SPECIFICATION DUE:

DEADLINE:

TYPE OF DOCUMENT: O - Qualification system with call for competition

NATURE OF CONTRACT: 4 - Service contract

PROCEDURE: 9 - Not applicable

REGULATION: 5 - European Union, with participation by GPA countries

AWARDING AUTHORITY: 4 - Utilities

TYPE OF BID: 9 - Not applicable

CRITERIA: 2 - The most economic tender

CPV CODE(S):

50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000, 66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000, 79000000, 80000000, 85000000, 90000000, 92000000, 98000000

Repair and maintenance services, Installation services (except software), Hotel, restaurant and retail trade services, Transport services (excl. Waste transport), Supporting and auxiliary transport services travel agencies services, Postal and telecommunications services, Public utilities, Financial and insurance services, Real estate services, Architectural, construction, engineering and inspection services, IT services: consulting, software development, Internet and support, Research and development services and related consultancy services, Services related to the oil and gas industry, Agricultural, forestry, horticultural, aquacultural and apicultural, services, Business services: law, marketing, consulting, recruitment, printing and, security, Education and training services, Health and social work services, Sewage, refuse, cleaning and environmental services, Recreational, cultural and sporting services, Other community, social and personal services

AGENCY: NATIONAL GRID PLC

COUNTRY: GB. LANGUAGE: EN

Part 2 of 2

Electrical Metering Control Devices 1.16.7.

Meter Accessories & Spares 1.16.8.

Meter Tokens & Cards 1.16.12.

Electrical Meters - Power Station/Grid 1.16.15.

Gas Meters - Electronic 1.16.16.

Governors, Regulators & Associated Equipment 1.16.18.

Prewired Meter Cabinets 1.16.99.

Other Meters & Associated Equipment 2.41.0.

Consultancy (Excl. Engineering Consultancy) 2.41.2

Financial Consultancy 2.41.3.

IT Consultancy (excl. E-commerce - use 2.41.17) 2.41.4

Change Management Consultancy 2.41.5.

Energy Management Consultancy 2.41.6.

Estates & Property Consultancy 2.41.8.

Procurement & Materials Management Consultancy 2.41.9.

Public Relations Consultancy 2.41.10.

Security Consultancy 2.41.11.

Telecommunications/Telemetry Consultancy 2.41.12.

Environmental Consultancy 2.41.13.

Quality Assurance Consultancy 2.41.15.

Community Relations Consultancy 2.41.16.

Retail Consultancy 2.41.17.

E-commerce Consultancy 2.41.18

Corporate Planning & Strategy Consulting 2.41.19.

Facilities Management Consultancy 2.41.20.

Marketing & Advertising Consultancy 2.41.21.

Fisheries Consultancy 2.41.22.

Risk Management Consultancy 2.41.23.

Value Management Consultancy 2.41.29.

Public Consultation Consultancy 2.41.99.

Other Consultancy 2.42.6.

Accountancy Services 2.43.0.

Hotel, Travel & Catering Services (Excl. Consultancy) 2.43.1

Travel Agency Services 2.43.2.

Hotel/Accommodation Services 2.43.3.

Catering Services (Offsite) 2.43.4

Catering Services (Onsite) 2.43.99

Other Hotel, Travel & Catering Services 2.44.0.

Sewage, Scrap & Refuse Disposal Services 2.44.1.

Sewage/Sludge Disposal Services 2.44.2.

Scrap Disposal Services 2.44.3.

Refuse/General Waste Disposal Services 2.44.4.

Sanitation Services 2.44.5.

Vermin Control Services 2.44.6.

Hazardous Material Handling/Treatment/Disposal Services (incl. Asbestos)

2.44.7

Non-hazardous Disposal Services 2.44.8.

Decontamination/Pollution Control Services 2.44.10.

Recycling Services 2.44.11.

Waste Skip Hire 2.44.99.

Other Disposal Services 2.45.3.

Printing & Publication Services (excl. Pre-printed Stationery - use

1.17.13) 2.45.7

Training & Education Services - Functional 2.45.8.

Occupational Health Services 2.45.27.

Promotional/Corporate Goods 3.70.15.

Building/Office Maintenance & Refurbishment Services 3.70.61.

Rope Access and Abseiling Services 3.73.28.

Microgeneration Services 3.74.0.

Transport, Storage & Hire Services 3.74.1.

Vehicle Accident & Repair Services 3.74.2.

Vehicle Bodybuilding 3.74.4.

Vehicle Recovery Services 3.74.5.

Courier Services 3.74.6.

Transportation Services 3.74.7.

Storage & Warehousing Services 3.74.9.

Mechanical Handling Equipment Maintenance (excl. Fixed Cranes - use

3.74.26) 3.74.10

Mobile Plant Maintenance 3.74.11.

Windscreen Replacement 3.74.12.

Vehicle Washing Services 3.74.13.

Vehicle Disposal Services 3.74.14.

Vehicle Leasing & Hire Services 3.74.15.

Helicopter/Air Transport Services (excl. Overhead Line Surveys - use

3.79.17) 3.74.16

Generator Hire (Non-system Use) 3.74.17

Traffic Lights Hire 3.74.19.

Fleet Management Services 3.74.20.

Railway Track Maintenance 3.74.21.

Weighbridge Services 3.74.22.

Signing, Guarding & Lighting Services (NRSWA) 3.74.23

Generator Hire (System Use) 3.74.24

Tool Hire 3.74.25.

Boats/Marine Vessel Maintenance 3.74.26.

Fixed Crane Services 3.74.27.

Traffic Management Services 3.74.28.

Garage/Workshop Equipment Maintenance 3.74.29.

Mobile Accomodation Unit Hire 3.74.30.

Fuel Card Services 3.74.31.

Marine Equipment Maintenance & Repair Services (excl. Boats - use 3.74.25)

3.74.98

Other Hire Services 3.74.99.

Other Transport & Storage Services 3.76.18.

Surveying Services (excl. Overhead Line & Pipeline Surveying) 3.80.7

Meter Reading Services 3.99.9.

Tool, Instrument & Specialist Equipment Services 3.99.40.

Product Testing 3.99.41.

Machinery Testing.

Low Risk 1.1.35.

Fixtures & Fittings 1.2.37.

Ferric nitrate 1.2.38.

Aluminium Chloride 1.3.8.

First Aid Kits & Supplies 1.14.0.

Pumps, Accessories & Spares 1.14.1.

Pumps - Centrifugal 1.14.2.

Pumps - Submersible 1.14.3.

Pumps - Positive Displacement 1.14.5.

Pumps - Split Case 1.14.6.

Pumps - Double Disk 1.14.9.

Pumps - Washwater Pump Sets 1.14.10.

Pumps - Metering & Dosing 1.14.11.

Pumps - Borehole 1.14.12.

Pumps - Macerator 1.14.13.

Pumps - Peristaltic 1.14.14.

Pumps - Portable 1.14.15.

Pumps - Hydraulic 1.14.16.

Pumps - Screw 1.14.17.

Pumps - Axial 1.14.18.

Pumps - Vacuum 1.14.19.

Pumps - Progressing Cavity 1.14.99.

Other Pumps, Accessories & Spares 1.16.19.

Meter Cabinets & Housings 1.17.0.

Office/Depot Materials & Equipment 1.17.1.

Office Equipment (excl. Printers - use 1.23.04) 1.17.2

Office Furniture 1.17.3.

Office Stationery 1.17.4.

Office Furnishings & Fittings (excl. Furniture - use 1.17.02) 1.17.5

Audio & Visual Equipment & Accessories 1.17.7.

Drawing Office Equipment & Supplies 1.17.9.

Paper & Card 1.17.13.

Pre-Printed Stationery/Supplies 1.17.16.

Publications (Off-The-Shelf) 1.17.17

Paper Maps 1.17.18.

Janitorial Equipment & Supplies 1.17.21.

Printing & Photographic Chemicals & Materials 1.17.22.

Catering Equipment 1.17.23.

Catering Supplies 1.17.24.

Storage/Warehouse Equipment & Supplies 1.17.25.

Packaging Equipment & Supplies 1.17.26.

Security Printing 1.17.27.

Pre-Printed Plastic Cards 1.17.80.

Recycling Supplies 1.17.81.

Recycling Equipment 1.17.99.

Other Office Materials & Supplies 1.21.0.

Tools & Specialist Equipment 1.21.1.

Tools & Equipment - Cable Joiners 1.21.2.

Tools & Equipment - Overhead Line 1.21.3.

Insulated Tools 1.21.4.

Hand Tools (Non-Powered) 1.21.5

Tools & Equipment - Drilling 1.21.6.

Power Tools (incl. Pneumatic/Hydraulic) 1.21.8

Test & Inspection Equipment 1.21.9.

Workshop Machinery & Equipment 1.21.10.

Industrial Cleaning Equipment 1.21.11.

Workshop Cleaning Consumables 1.21.13.

Abrasive Products 1.21.14.

Welding & Cutting Equipment (incl. Consumables) 1.21.15

Tools & Equipment - Pipeline 1.21.16.

Weighing Equipment 1.21.17.

Laboratory Equipment 1.21.18.

Pollution Control Equipment 1.21.19.

Ladders 1.21.20.

Port/Marine Tools & Equipment 1.21.99.

Other Tools & Specialist Equipment 1.22.0.

Nuclear & Reactor Plant & Equipment 1.22.1.

Nuclear Gas Reactor & Core 1.22.2.

Nuclear Fuel Assembly 1.22.3.

Nuclear Gas Baffle 1.22.4.

Nuclear Gas Diagrid & Support Skirt 1.22.5.

Nuclear Shielding 1.22.6.

Nuclear Pressure Vessel & Liner 1.22.7.

Nuclear Gas Circulators 1.22.8.

Nuclear Control Rod & Assembly 1.22.9.

Nuclear Reactor Pumps 1.22.10.

Nuclear Fuel Route Equipment 1.22.11.

Nuclear In-Service Inspection Equipment 1.22.12.

Nuclear Island Control & Instrumentation Systems & Spares 1.22.13.

Nuclear Reactor Protection Systems & Spares 1.22.14.

Radioactive Waste Handling & Reprocessing Equipment 1.22.15.

Nuclear Primary Circuit Pipework, Vales & Penetrations 1.22.16.

Nuclear Sampling Systems 1.22.17.

Nuclear Cooling Water & Heat Removal Systems 1.22.18.

Nuclear Containment & Ventilation Systems 1.22.19.

Dosimetry Equipment & Control Systems 1.22.20.

Nuclear Fire Barrier & Containment Penetrations 1.22.21.

Nuclear Fuel Storage Racks & Equipment 1.22.22.

Nuclear Robotics/Remote Operations Equipment 1.22.23.

Nuclear Fuel 1.22.24.

PWR Pressure Vessel & Internals 1.22.25.

PWR Pressuriser & Pressure Control Systems 1.22.26.

PWR Steam Generator Plant 1.22.27.

PWR Chemical & Volume Control/Reactor Make-up Systems 1.22.28.

PWR Emergency Boration & Charging Systems 1.22.99.

Other Nuclear & Reactor Plant & Equipment 1.23.0.

Computer Equipment & Supplies 1.23.1.

Computer Hardware & Accessories - Workstations/Servers 1.23.2.

Computer Hardware & Accessories - Portable 1.23.3.

Computer Hardware - Mainframes 1.23.4.

Computer Peripherals 1.23.6.

Software Development Tools 1.23.7.

General Business Software (Off-The-Shelf) 1.23.8

Specialist Business Software (excl. Software Development - use 2.40.02)

1.23.9

Technical Software 1.23.10.

Utility Software 1.23.11.

Computer Consumables (excl. Laser/Inkjet Paper - use 1.17.09) 1.23.12

Computer Systems 1.23.99.

Other Computer Equipment & Supplies 1.25.0.

Water/Waste Water Treatment Plant & Equipment 1.25.1.

Digestors - Sewage & Sludge 1.25.2.

Macerators 1.25.3.

Odour Control Equipment 1.25.4.

Dewatering Equipment 1.25.5.

Waste Water Scrapers 1.25.6.

Screens & Associated Equipment 1.25.7.

Disinfection Equipment 1.25.8.

Dosing Plant 1.25.9.

Sulphinators 1.25.10.

Mixing Units 1.25.11.

Incineration Equipment 1.25.12.

Comminutor (Pulverization) Equipment 1.25.13.

Detritor (Grit Removal) Equipment 1.25.14.

Classifier Equipment 1.25.15.

Aeration Equipment 1.25.16.

Surge Suppression Equipment 1.25.99.

Other Water Treatment Plant 1.28.0.

SUBSTATION MATERIALS 1.28.1.

Hybrid GIS 275kV (includes integrated control systems) 1.28.2

Hybrid GIS 145kV (includes integrated control systems) 1.28.3

Dynamic Reactive Compensation and Voltage Support 1.28.4.

Comms Multiplexers 1.28.5.

PLC Terminal Equipment 1.28.6.

Insulators - Station Post 1.28.99.

Other Substation Materials 2.40.0.

IT & Telecommunication Related Services (Excl. Consultancy) 2.40.1

Hardware Services 2.40.2.

Software Development Services 2.40.3.

Software Support Services 2.40.4.

IT Training 2.40.7.

Recruitment Services - IT 2.40.8.

Telecommunication Network Services 2.40.10.

Data Collection & Handling Services (excl. Meter Reading - use 3.80.07)

2.40.11

IT Network Services 2.40.12.

Internet/Intranet Services 2.40.13.

Telecommunication Equipment & Associated Services 2.40.14.

Call Centre Services 2.40.15.

E-commerce Services 2.40.16

Escrow Services 2.40.17.

IT Disaster Recovery Services 2.40.98.

Other Computer Services 2.40.99.

Other Telecommunication Services (excl. Line Construction, Maintenance &

Repair) 2.41.14

Personnel/Human Resources Consultancy 2.41.27.

Insurance Consultancy 2.41.28.

Corporate Social Responsibility Consultancy 2.42.0.

Financial & Accountancy Services (Excl. Consultancy) 2.42.1

Banking Services 2.42.2.

Insurance Services 2.42.3.

Pension Funding Services 2.42.4.

Financial Leasing Services 2.42.5.

Cash Collection Services 2.42.7.

Shareholder Services 2.42.8.

Financial Audit Services 2.42.9.

Debt Collection Services 2.42.10.

Claims Management Services 2.42.11.

Licensing Services 2.42.12.

Recruitment Services - Finance 2.42.13.

Auction Services 2.42.14.

Credit/Procurement Card Services 2.42.16.

Insurance Brokerage 2.42.17.

Customer Acquisition Services 2.42.99.

Other Financial & Accountancy Services 2.43.5.

Vending Machine Services 2.45.0.

Business & Administrative Services 2.45.1.

Legal Services 2.45.2.

Photographic Services 2.45.4.

Public Relations Services 2.45.5.

Recruitment Services (excl. IT & Finance - use 2.40.07 & 2.42.12) 2.45.9

Hygiene Services 2.45.10.

Conference/Event Management Services (incl. Entertainment) 2.45.11

Office & Depot Cleaning Services 2.45.12.

Window Cleaning Services 2.45.13.

Laundry Services 2.45.14.

Market Research Services 2.45.15.

Postal & Mailing Services (excl. Courier Services - use 3.74.05) 2.45.16

Real Estate Services 2.45.17.

Furniture Maintenance & Repair Services 2.45.18.

Office Equipment Services 2.45.19.

Facilities Management (excl. IT - use 2.40.06) 2.45.20

Meteorological Services 2.45.22.

Technical/Procedural Writing Services 2.45.23.

Subscription Services 2.45.25.

Removal/Relocation Services (excl. Storage Services - use 3.74.07) 2.45.26

Wayleave Services 2.45.28.

Graphic & Media Design Services 2.45.29.

Personnel/Human Resources Services 2.45.30.

Language Translation Services 2.45.31.

Marketing & Advertising Services 2.45.32.

Audit Services (excl. Financial - use 2.42.08) 2.45.33

Asset Management/Operation Services 2.45.35.

Plastic Card Fulfilment Services 2.45.36.

Training & Education Services - Personnel Related 2.45.47.

Sales Service 2.45.99.

Other Business & Administrative Services 3.74.3.

Vehicle Maintenance.

II.4) Common procurement vocabulary (CPV)

50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000,

66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000,

79000000, 80000000, 85000000, 90000000, 92000000, 98000000

II.5) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Qualification for the system:

Conditions to be fulfilled by economic operators in view of their

qualification: Conditions to be fulfilled by economic operators in view of

their qualification: The UVDB / Verify will be the first stage of

qualification and will either be used as the basis for tender selection or

may be supplemented by additional qualification criteria established by

National Grid Plc in specific product or service areas.

It should be noted that National Grid Plc reserves the right not to use

the UVDB for certain contracts where it deems it necessary. Where such

contracts are covered fully by the EU procurement legislation it will

instead publish a separate call for competition for that contract in the

Supplement to the Official Journal of the European Union.

National Grid Plc also reserves the right to use the UVDB / Verify in the

compilation of tender lists for contracts not covered fully by the EU

procurement legislation.

The UVDB system has led to savings to both economic operators (vendors)

and purchasers and ensures that vendors benefit from a reduced workload

whilst their applications are dealt with fairly and consistently by

subscribing utilities.

The administrative costs are being met by the subscribing utilities and

vendors. Vendors registering will therefore be required to make a

contribution of 515 GBP for up to 7 product codes, 640 GBP for 8 to 14

product codes, 815 GBP for 15 to 21 product codes and 1 015 GBP for 21 or

more product codes (plus VAT for UK applicants) annually towards these

costs which is payable prior to dispatch of registration material.

Suppliers or contractors who have already registered on the UVDB need not

reapply, but may wish to ensure that they are entered under all relevant

product or service categories. Where Verify is required they should ensure

that they have been audited to the appropriate Verify level as the content

and pricing structure depends on risk level. Verify Category A 260 GBP,

Verify Category B1 1 145 GBP, Verify Category B2 1 560 GBP and Verify

Category C 1 145 GBP. Please note that for factory audits under Verify

Category D, the prices may vary so please contact Achilles for a quote.

Means of access to the qualification system is on a permanent basis.

Methods according to which each of those conditions will be verified:

These will be described in the details of the scheme available from the

UVDB team.

Section V: Procedure

IV.1) Award criteria

IV.1.1) 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.1.2) Information about electronic auction

An electronic auction will be used: yes

Additional information about electronic auction:

IV.2) Administrative information

IV.2.1) File reference number attributed by the contracting entity:

National Grid-QSN-Services-May-2012

IV.2.2) Duration of the qualification system

Indefinite duration

IV.2.3) Information about renewals

Renewal of the qualification system: no

Section VI: Complementary information

VI.1) Information about European Union funds

The contract is related to a project and/or programme financed by European

Union funds: yes

Reference to project(s) and/or programme(s): Some contracts may be

financed by EU Funds.

VI.3) Procedures for appeal

VI.3.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: Subscribers

subject to the EU procurement legislation of England, Wales and Northern

Ireland will, where appropriate, incorporate a minimum 10 calendar day

standstill period (or 15 days if non electronic or fax methods used) at

the point that information on the award of the contract is communicated to

tenderers. If an appeal regarding the award of a contract has not been

successfully resolved then the Public Contracts Regulations 2006 provide

for aggrieved parties who have been harmed or are at risk of harm by a

breach of the rules to take action in the High Court (England, Wales and

Northern Ireland).

VI.4) Date of dispatch of this notice:

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact reception@

>> Back to top >>

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download