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.
To fulfill the demand for quickly locating and searching documents.
It is intelligent file search solution for home and business.
Related searches
- fda report on dog food
- unesco report on education 2018
- questions on contract law
- unesco report on education
- report on benghazi
- unesco report on education 2005
- consumer report on chevy equinox
- consumer report on chevrolet equinox
- book report on the outsiders
- accountant s report on financial statements
- consumer report on best suv
- lab report on photosynthesis