Wessex NHS is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | UHS10270 High Voltage Maintenance |
Notice type: | Contract Notice |
Authority: | Wessex NHS |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | For the provision of a maintenance contract for high voltage switching equipment at Southampton General Hospital. |
Published: | 11/11/2013 10:22 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University Hospital Southampton NHS Foundation Trust
Tremona Road, Southampton, SO16 6YD, United Kingdom
Tel. +44 02380825105, Fax. +44 02380825932, URL: http://www.uhs.nhs.uk, URL: https://www.delta-esourcing.com
Contact: https://www.delta-esourcing.com
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: https://www.delta-esourcing.com
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:
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: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: UHS10270 High Voltage Maintenance
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKJ32 - Southampton
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 apparatus for switching or protecting electrical circuits. Circuit breakers. Magnetic circuit breakers. Electrical circuits. For the provision of a maintenance contract for high voltage switching equipment at Southampton General Hospital.
II.1.6)Common Procurement Vocabulary:
31210000 - Electrical apparatus for switching or protecting electrical circuits.
31212000 - Circuit breakers.
31212300 - Magnetic circuit breakers.
31681300 - Electrical circuits.
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:
Those suppliers invited to tender will be requested to submit a tender to provide a 5 year planned maintenance only contract to undertake the annual inspection, checks, tests and servicing for the High Voltage (HV) assets at the site as per a given schedule of assets.
This is likely to include, but not be limited to:
Non intrusive visual inspection and functional testing
Full services maintenance
Switchgear maintenance
• Six-monthly non-intrusive
• Twelve monthly non-intrusive functional testing
• Full Services (frequency as manufacturers’ recommendations)
• Oil circuit breakers
• Vacuum circuit breakers
• SF6 Circuit Breakers
Transformer Maintenance
• Six-monthly non-intrusive
• Full Services (frequency as manufacturers’ recommendations)
Circuit Protection maintenance
Earthing Maintenance
• Twelve monthly non-intrusive visual inspection
• Three yearly full services maintenance
Ancillary Equipment Maintenance
• Batteries and Chargers (frequency as manufacturers’ recommendations)
• Indicator devices (six monthly)
• Cable boxes and terminations (in line with switchgear maintenance)
• Control switches
Post Fault Maintenance
Control Monitoring
Non intrusive visual inspection and functional testing
Full services maintenance
Switchgear maintenance
• Six-monthly non-intrusive
• Twelve monthly non-intrusive functional testing
• Full Services (frequency as manufacturers’ recommendations)
• Oil circuit breakers
• Vacuum circuit breakers
• SF6 Circuit Breakers
Transformer Maintenance
• Six-monthly non-intrusive
• Full Services (frequency as manufacturers’ recommendations)
Circuit Protection maintenance
Earthing Maintenance
• Twelve monthly non-intrusive visual inspection
• Three yearly full services maintenance
Ancillary Equipment Maintenance
• Batteries and Chargers (frequency as manufacturers’ recommendations)
• Indicator devices (six monthly)
• Cable boxes and terminations (in line with switchgear maintenance)
• Control switches
Post Fault Maintenance
Control Monitoring
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 2
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
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 Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
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.
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contract Regulations 2006 and as set out in the pre-qualification questionnaire available for downloading from the Delta e-Tendering portal.
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:
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contract Regulations 2006 and as set out in the pre-qualification questionnaire available for downloading from the Delta e-Tendering portal.
Minimum Level(s) of standards possibly required:
As set out in the pre-qualification questionnaire available for downloading from the Delta e-Tendering portal.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contract Regulations 2006 and as set out in the pre-qualification questionnaire available for downloading from the Delta e-Tendering portal.
Minimum Level(s) of standards possibly required:
As set out in the pre-qualification questionnaire available for downloading from the Delta e-Tendering portal.
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: Not Provided
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: 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: 3 and maximum number: 5
Objective Criteria for choosing the limited number of candidates:
As set out in the pre-qualification questionnaire available for downloading from the Delta e-Tendering portal.
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: UHS10270
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 11/12/2013
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: 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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Electrical-apparatus-for-switching-or-protecting-electrical-circuits./828THUY899
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/828THUY899
GO-20131111-PRO-5255953 TKR-20131111-PRO-5255952
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
University Hospital Southampton NHS Foundation Trust
Tremona Road, Southampton, SO16 6YD, United Kingdom
Tel. +44 02380825105, Fax. +44 02380825932, URL: www.uhs.nhs.uk
Body responsible for mediation procedures:
University Hospital Southampton NHS Foundation Trust
Tremona Road, Southampton, SO16 6YD, United Kingdom
Tel. +44 02380825105, Fax. +44 02380825932, URL: www.uhs.nhs.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
University Hospital Southampton NHS Foundation Trust
Tremona Road, Southampton, SO16 6YD, United Kingdom
Tel. +44 02380825105, Fax. +44 02380825932, URL: www.uhs.nhs.uk
VI.5) Date Of Dispatch Of This Notice: 11/11/2013
ANNEX A