LondonEnergy: Precipitator's Maintenance & Repairs

  LondonEnergy is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Precipitator's Maintenance & Repairs
Notice type: Contract Notice
Authority: LondonEnergy
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: Precipitators maintenance & repairs for the Annual Boiler outage program
Published: 01/07/2014 15:29
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Precipitators.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      LondonWaste Limited
      Eco Park, 4 Advent Way, Edmonton, London, N18 3AG, United Kingdom
      Tel. +44 2088845532, Fax. +44 2088845500, Email: paul.midgley@londonwaste.co.uk, URL: www.londonwaste.co.uk, URL: www.londonwaste.co.uk
      Contact: Purchasing Department, Attn: Procurement Manager
      Electronic Access URL: https://www.delta-esourcing.com/respond/U78Y5Z6J6Q
      Electronic Submission URL: https://www.delta-esourcing.com/respond/U78Y5Z6J6Q

      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:
      Body governed by public law

   I.3) Main activity:
      Environment
      Other: Recycling and Energy recovery from waste

   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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Precipitator's Maintenance & Repairs
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKI2 - Outer 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:
      Precipitators. Industrial machinery. Repair and maintenance of plant. Repair and maintenance services. Repair and maintenance services of boilers. Precipitators maintenance & repairs for the Annual Boiler outage program
         
      II.1.6)Common Procurement Vocabulary:
         42996700 - Precipitators.
         
         42000000 - Industrial machinery.
         
         45259000 - Repair and maintenance of plant.
         
         50000000 - Repair and maintenance services.
         
         50531100 - Repair and maintenance services of boilers.
         

      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:
      LondonWaste requires a supplier to undertake the annual maintenance & repairs for the Precipitators associated with each boiler for the annual boiler outage program for the 5 industrial boilers                  
         Estimated value excluding VAT:
         Range between: 450,000 and 900,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                           Number of possible renewals: Range between: 12 to 24                  
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 36
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 05/01/2014
         Completion: 06/01/2018

   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:
      Not Applicable
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Applicable
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Applicable
      
      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:
         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 these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         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 capacity
         Economic and financial capacity - means of proof required:         
         (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.
         
         Information and formalities necessary for evaluating if requirements are met:
         Achieve a score of at least 80% in the PQQ section of the tender process.         
         Minimum Level(s) of standards possibly required:
         Achieve a score of at least 80% in the PQQ section of the tender process.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (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;
         (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;
         
         Information and formalities necessary for evaluating if requirements are met:
         Achieve a score of at least 80% in the PQQ section of the tender process.         
         Minimum Level(s) of standards possibly required:
         Achieve a score of at least 80% in the PQQ section of the tender process.      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service 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: Competitive Dialogue
      
      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:
         To keep the number of candidates to a manageable number but still ensure a fair and open tender is undertaken and that at the initial PQQ stage there are no restrictions on the number of suppliers who may wish to take part.      
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes    
   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: LWL000008      
      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: 24/07/2014
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 08/08/2014
         Time: 12:00      
      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: Not Provided
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Precipitators./U78Y5Z6J6Q

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U78Y5Z6J6Q
GO-201471-PRO-5780135 TKR-201471-PRO-5780134
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Official Journal of the European Union
      Millstream Associates, 10 Queens Road, Aberdeen, AB15 4ZT, United Kingdom
      Tel. +44 8002700249, Fax. +44 1224636997, URL: http://www.ojeu.eu

      Body responsible for mediation procedures:
               ACAS
         Euston Tower, 286 Euston Road, London, NW1 3JJ, United Kingdom
         Tel. +44 3001231150, Email: acas@ecgroup.co.uk, URL: http://www.acas.org.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Official Journal of the European Union
      Millstream Associates, 10 Queens Road, Aberdeen, AB15 4ZT, United Kingdom
      Tel. +44 1224650790, Fax. +44 1224636997, URL: http://www.ojeu.eu/

   VI.5) Date Of Dispatch Of This Notice: 01/07/2014

ANNEX A

View any Notice Addenda

UK-London: Precipitators.

Section I: Contracting Authority
   Title: UK-London: Precipitators.
   I.1)Name, Addresses And Contact Point(s)
      LondonWaste Limited
      Eco Park, 4 Advent Way, Edmonton, London, N18 3AG, United Kingdom
      Tel. +44 2088845232, Fax. +44 2088845500, Email: paul.midgley@londonwaste.co.uk, URL: www.londonwaste.co.uk, URL: www.londonwaste.co.uk
      Contact: Purchasing Department, Attn: Procurement Manager
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Precipitator's Maintenance & Repairs
      II.1.2)Short description of the contract or purchase:
      Precipitators. Industrial machinery. Repair and maintenance of plant. Repair and maintenance services. Repair and maintenance services of boilers. Precipitators maintenance & repairs for the Annual Boiler outage program
      
      II.1.3)Common procurement vocabulary:
      42996700 - Precipitators.
      
      42000000 - Industrial machinery.
      
      45259000 - Repair and maintenance of plant.
      
      50000000 - Repair and maintenance services.
      
      50531100 - Repair and maintenance services of boilers.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Competitive Dialogue       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: LWL000008      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 138051
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 01/07/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:
            
            Place of text to be modified: Address & Contact Points amended telephone number
            
            Instead of: +442088845532
            
            Read: +442088845232

         VI.3.4)Dates to be corrected in the original notice: Not Provided

         VI.3.5)Addresses and contact points to be corrected:
            LondonWaste Limited
            Eco Park, Advent Way, Edmonton, London, N183AG, United Kingdom
            Tel. +44 2088845232, Fax. +44 2088845500, Email: paul.midgley@londonwaste.co.uk, URL: www.londonwaste.co.uk, URL: www.londonwaste.co.uk
            Contact: Procurement, Attn: Paul Midgley
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=104938431
GO-201474-PRO-5790613 TKR-201474-PRO-5790612

      VI.5)Date of dispatch: 04/07/2014

View Award Notice