ESPO has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Royal Opera House Technical Infrastructure Upgrade - 3109/FM1/13 |
Notice type: | Contract Notice |
Authority: | ESPO |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | The Royal Opera House, Covent Garden, London is undertaking a major refurbishment of its buildings and facilities. The overall project, which is currently planned to be completed by 2016, will include a number of separate elements, between them covering a wide range of front-of-house and backstage requirements, including the replacement and upgrading of stage sound and lighting, IT facilities, and improvements to building infrastructure and customer facilities. The refurbishment is being part-funded by Arts Council England, which has agreed to contribute to the cost of the project. The Eastern Shires Purchasing Organisation (henceforth 'ESPO') is acting on behalf of the Royal Opera House (henceforth ROH) in procuring a contract for the upgrading of the ROH's electrical supply resilience. The contract details are as follows: It is intended that just a single contract will be awarded, for the provision of the entire requirement. It is recognised that bidders may need to subcontract elements of the requirement, or to work in partnerships with third parties. This will be permitted, but on the basis that the appointed supplier will throughout retain responsibility for the successful delivery of the contract requirements. The appointed contractor will be required to work in cooperation with the ROH’s contracted facilities management company, Mitie plc. In particular, Mitie will adopt the client role, and be responsible on behalf of ROH for the management of the project. The contract will comprise the following components: • Carrying out a survey of the electrical supply infrastructure and devising a project plan to implement upgrade to meet the ROH’s future requirements. • Installation of emergency generator incoming terminals 3200A to include breaker in the loading bay area. • Installation of busbar trunking from loading bay to each of the 2 main LV switch rooms. • Installation of new 3200A / 1600A Castell interlocked splitters in each LV switch room, feeding both switchboards within the room independently. • Providing initial training on the new systems and equipment to ROH and Mitie staff . • Providing ongoing support, maintenance and warranty of the equipment for an agreed period. |
Published: | 21/12/2012 12:53 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Eastern Shires Purchasing Organisation (see www.espo.org) acting as agent of the Royal Opera House, Covent Garden
Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Attn: tenders@espo.org
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Other: Public procurement 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: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Royal Opera House Technical Infrastructure Upgrade - 3109/FM1/13
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Purchase
Region Codes: UKI - LONDON
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Electrical equipment and apparatus. Installation services of generators. Busbars. Installation of cable infrastructure. Switchgear. Emergency power systems. Electrical installation work. Electrical power systems design services. The Royal Opera House, Covent Garden, London is undertaking a major refurbishment of its buildings and facilities. The overall project, which is currently planned to be completed by 2016, will include a number of separate elements, between them covering a wide range of front-of-house and backstage requirements, including the replacement and upgrading of stage sound and lighting, IT facilities, and improvements to building infrastructure and customer facilities. The refurbishment is being part-funded by Arts Council England, which has agreed to contribute to the cost of the project.
The Eastern Shires Purchasing Organisation (henceforth 'ESPO') is acting on behalf of the Royal Opera House (henceforth ROH) in procuring a contract for the upgrading of the ROH's electrical supply resilience. The contract details are as follows:
It is intended that just a single contract will be awarded, for the provision of the entire requirement. It is recognised that bidders may need to subcontract elements of the requirement, or to work in partnerships with third parties. This will be permitted, but on the basis that the appointed supplier will throughout retain responsibility for the successful delivery of the contract requirements.
The appointed contractor will be required to work in cooperation with the ROH’s contracted facilities management company, Mitie plc. In particular, Mitie will adopt the client role, and be responsible on behalf of ROH for the management of the project.
The contract will comprise the following components:
• Carrying out a survey of the electrical supply infrastructure and devising a project plan to implement upgrade to meet the ROH’s future requirements.
• Installation of emergency generator incoming terminals 3200A to include breaker in the loading bay area.
• Installation of busbar trunking from loading bay to each of the 2 main LV switch rooms.
• Installation of new 3200A / 1600A Castell interlocked splitters in each LV switch room, feeding both switchboards within the room independently.
• Providing initial training on the new systems and equipment to ROH and Mitie staff .
• Providing ongoing support, maintenance and warranty of the equipment for an agreed period.
II.1.6)Common Procurement Vocabulary:
31600000 - Electrical equipment and apparatus.
51111200 - Installation services of generators.
31218000 - Busbars.
45314300 - Installation of cable infrastructure.
31214000 - Switchgear.
31682510 - Emergency power systems.
45310000 - Electrical installation work.
71323100 - Electrical power systems design services.
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:
A single contract will be awarded for the provision of the requirement.
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Full information is provided in the pre-qualification application form available from ESPO.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Full information is provided in the pre-qualification application form available from ESPO.
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 liability
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.
2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 30 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Full information is provided in the pre-qualification application form available from ESPO.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Full information is provided in the pre-qualification application form available from ESPO.
Minimum Level(s) of standards possibly required:
Full information is provided in the pre-qualification application form available from ESPO.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Full information is provided in the pre-qualification application form available from ESPO.
Minimum Level(s) of standards possibly required:
Full information is provided in the pre-qualification application form available from ESPO.
III.2.4)Information about reserved contracts: Not Provided
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: 6 and maximum number: 8
Objective Criteria for choosing the limited number of candidates:
Full information is provided in the pre-qualification application form available from ESPO.
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: 3109/FM1/13
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 15/01/2013
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 22/01/2013
Time: 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)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: Not Provided
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.
The date and time shown in IV.3.4 are the deadline by when completed pre-qualification application forms must be received by ESPO.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=48137769
GO-20121221-PRO-4471258 TKR-20121221-PRO-4471257
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: ESPO on behalf of Royal Opera House, 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 ESPO 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 for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order 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:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 21/12/2012
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Leicester: Electrical equipment and apparatus.
I.1)Name, Addresses and Contact Point(s):
Eastern Shires Purchasing Organisation (see www.espo.org) acting as agent of the Royal Opera House, Covent Garden
Barnsdale Way, Grove Park, Enderby, Leicester, LE19 1ES, United Kingdom
Tel. +44 1162657926, Fax. +44 1162944399, Email: tenders@espo.org, URL: www.espo.org
Attn: tenders@espo.org
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Other: Public Procurement 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: Royal Opera House Technical Infrastructure Upgrade - 3109/FM1/13
II.1.2)Type of contract and location of works:
SUPPLIES
)Purchase
Region Codes: UKI - LONDON
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Electrical equipment and apparatus. Installation services of generators. Busbars. Installation of cable infrastructure. Switchgear. Emergency power systems. Electrical installation work. Electrical power systems design services. The Royal Opera House, Covent Garden, London is undertaking a major refurbishment of its buildings and facilities. The overall project, which is currently planned to be completed by 2016, will include a number of separate elements, between them covering a wide range of front-of-house and backstage requirements, including the replacement and upgrading of stage sound and lighting, IT facilities, and improvements to building infrastructure and customer facilities. The refurbishment is being part-funded by Arts Council England, which has agreed to contribute to the cost of the project.
The Eastern Shires Purchasing Organisation (henceforth 'ESPO') is acting on behalf of the Royal Opera House (henceforth ROH) in procuring a contract for the upgrading of the ROH's electrical supply resilience. The contract details are as follows:
It is intended that just a single contract will be awarded, for the provision of the entire requirement. It is recognised that bidders may need to subcontract elements of the requirement, or to work in partnerships with third parties. This will be permitted, but on the basis that the appointed supplier will throughout retain responsibility for the successful delivery of the contract requirements.
The appointed contractor will be required to work in cooperation with the ROH’s contracted facilities management company, Mitie plc. In particular, Mitie will adopt the client role, and be responsible on behalf of ROH for the management of the project.
The contract will comprise the following components:
• Carrying out a survey of the electrical supply infrastructure and devising a project plan to implement upgrade to meet the ROH’s future requirements.
• Installation of emergency generator incoming terminals 3200A to include breaker in the loading bay area.
• Installation of busbar trunking from loading bay to each of the 2 main LV switch rooms.
• Installation of new 3200A / 1600A Castell interlocked splitters in each LV switch room, feeding both switchboards within the room independently.
• Providing initial training on the new systems and equipment to ROH and Mitie staff .
• Providing ongoing support, maintenance and warranty of the equipment for an agreed period.
II.1.5)Common procurement vocabulary:
31600000 - Electrical equipment and apparatus.
51111200 - Installation services of generators.
31218000 - Busbars.
45314300 - Installation of cable infrastructure.
31214000 - Switchgear.
31682510 - Emergency power systems.
45310000 - Electrical installation work.
71323100 - Electrical power systems design services.
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 the contract(s)
Not Provided
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:
Criteria - Weighting
Price - 70
Quality - 30
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: 3109/FM1/13
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2012/S 248 - 410628 of 27/12/2012
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 3109/FM1/13
V.1)Date Of Contract Award: 21/10/2013
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Playfords Limited
Postal address: Unit B1 Brookfield Business Centre, Twentypence Road, Cottenham
Town: Cambridgeshire
Postal code: CB24 8PS
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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: Not Provided
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=87007659
GO-2014127-PRO-5417333 TKR-2014127-PRO-5417332
VI.3.1)Body responsible for appeal procedures:
Not Provided
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 27/01/2014