GSTT Archive is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Gassiot House Substation SS.2 Upgrade and MCC Panel Replacement |
Notice type: | Contract Notice |
Authority: | GSTT Archive |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The project relates specifically to the upgrade of the existing High Voltage and Low Voltage Electrical Services associated with the upgrade and replacement of the existing Gassiot House Sub-Station SS2 at St Thomas Hospital. These works form part of the ongoing development and improvement works current programmed by the Trust as part of back-log maintenance and is some cases to meet the increased electrical demands of Capital Projects. To aid in the trust in making its decision there will be three options to be considered and three pricing documents to be completed. Option 1 Is to retain the two existing 750kVA HV transformers and only replace the LV switch gear Option 2 Is to replace the two existing 750kVA HV transformers with new 750kVA transformers and the LV switchgear. Option 3 Is to replace the two existing 750kVA HV transformers with new 1000kVA transformers and the LV switchgear. |
Published: | 21/05/2018 17:38 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Guy's & St Thomas' NHS Foundation Trust
www.gstt.nhs.uk, London, SE1 4RT, United Kingdom
Tel. +44 2071887188, Email: tenders@etaprojects.co.uk
Contact: Shabber Ahmed
Main Address: www.gstt.nhs.uk
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Substation-equipment./WPJ77M3BH6
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Gassiot House Substation SS.2 Upgrade and MCC Panel Replacement
Reference Number: ST17-P057
II.1.2) Main CPV Code:
31682540 - Substation equipment.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The project relates specifically to the upgrade of the existing High Voltage and Low Voltage Electrical Services associated with the upgrade and replacement of the existing Gassiot House Sub-Station SS2 at St Thomas Hospital.
These works form part of the ongoing development and improvement works current programmed by the Trust as part of back-log maintenance and is some cases to meet the increased electrical demands of Capital Projects.
To aid in the trust in making its decision there will be three options to be considered and three pricing documents to be completed.
Option 1
Is to retain the two existing 750kVA HV transformers and only replace the LV switch gear
Option 2
Is to replace the two existing 750kVA HV transformers with new 750kVA transformers and the LV switchgear.
Option 3
Is to replace the two existing 750kVA HV transformers with new 1000kVA transformers and the LV switchgear.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
31211110 - Control panels.
II.2.3) Place of performance:
UKI LONDON
II.2.4) Description of procurement: Depending on which option is adopted, the project shall include the provision of:
1) New main LV switchboard TX.1-TX.2 2) New Temporary panel board. Exact option is subject to development, once the Principal contractor has been appointed. 3) BMS interface joint boxes 4) Re-configuration, rationalisation and replacement of existing distributed switchgear equipment
A number of elements of builder’s works are required in order to facilitate the new upgrade works as follows:
1) Demolition and repositioning of Transformer room wall to increase space in existing LV room 2) Enlarging transformer room doorway to facilitate future replacement of new transformer. 3) Demolition and rebuilding of sub-station doorway brick wall bund
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 18
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 29/06/2018 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 29/06/2018
Time: 12:01
Place:
London
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Substation-equipment./WPJ77M3BH6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/WPJ77M3BH6
VI.4) Procedures for review
VI.4.1) Review body:
Guy's & St Thomas' NHS Foundation Trust
Great Maze Pond, London, SE1 4RT, United Kingdom
Tel. +44 2071887188, Email: tenders@etaprojects.co.uk
Internet address: www.gstt.nhs.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/05/2018
Annex A