Repair and maintenance services of electrical distribution equipment (№5752826)

20 jan

Number: 5752826

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


20-01-2018

Description


  1. Section I
    1. Name and addresses
      Thames Water Utilities Limited
      Procurement Support Centre - 3rd Floor East, C/O Mail Room, Rose Kiln Court
      Reading
      RG2 0BY
      United Kingdom
      E-mail: [email protected]
    2. Type of the contracting authority:
    3. Main activity:
  2. Section II
    1. Scope of the procurement:
      1. Title:

        High-voltage Asset Maintenance Services


        Reference number: FA1323
      2. Main CPV code:
        50532400, 50532400, 50532000
      3. Type of contract:
        Services
      4. Short description:

        Notification of award of the following:

        Framework agreement for the provision of services required for the maintenance and repair of high-voltage electrical assets and the associated auxiliary equipment, including associated low-voltage assets.

        This procurement will be split into 3 geographical lots as detailed in Section II.2 of this notice.

        For administration, the complete Thames Water operating area is split into 2 regional catchment areas, "London", Area "A", and the "Thames Valley", Area "B". Throughout this Agreement, they will be referred to as Areas "A" and "B" respectively.

        A list of sites included within each of the two regional catchment areas will be provided as an indicative reference only.

        The sites listed within each regional catchment area may be subject to review and realignment during the term of the Agreement.


      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value
    2. Description
      1. Title:

        High-voltage Asset Maintenance Services: Area "A" and Area "B"


      2. Additional CPV code(s):
        50532400, 50532000
      3. Place of performance:
        Main site or place of performance:

        London and the Thames Valley Region.


      4. Description of the procurement:

        Notification of award of the following:

        The Agreement is for the provision of the services for Planned Preventative Maintenance (PPM), defective maintenance, testing and additional repair services associated with the Purchaser"s high voltage assets and their auxiliary equipment. Also included are the associated low voltage assets.

        The Service Provider must also be prepared to provide the appropriately qualified technical labor on standby in order to be able to respond to the breakdown or emergencies within prescribed timescales.

        The Planned Preventative Maintenance (PPM) of our asset estate is based on a rolling programme that is typically carried out over a period of six years. Where required, maintenance is carried out on our assets at planned intervals of 1 year, 2 years, 3 years, 6 years and 12 years. The service provider may be required to provide the services for any of the planned maintenance intervals.

        This lot of the Agreement is for the provision of the services to maintain and repair the estate of high voltage assets that are spread over approximately 140 sites, including both clean water and waste-water sites for both the London regional catchment area, Area "A" and, the Thames Valley regional catchment area, Area "B" combined.

        For the purpose of administration, the complete operating area is split into two regional catchment areas "London", Area "A" and the "Thames Valley", Area "B". Throughout this Agreement, they will be referred to as areas "A" and "B" respectively.

        A list of sites within each of the two regional catchment areas will be provided as an indicative reference only. The sites listed within each regional catchment area may be subject to review and realignment during the term of the Agreement.

        The assets types to be covered by this Agreement may include, but may not be limited to:

        — high voltage switchgear including motor starters,

        — transformers and high voltage reactors and capacitors,

        — primary low voltage switchgear directly associated with high voltage assets,

        — cables and earthing,

        — switchgear and transformer auxiliary equipment, e.g. batteries and battery chargers, tap changers, auxiliary a.c. supplies, etc, and,

        — high voltage and low voltage distribution, generation and motor protection relays and devices.

        In future, there may be opportunities to increase the scope of the services to include other asset types. Thames Water would complete a full assessment with the service provider to clarify their technical capability and service capacity before agreeing to any variation in the scope of the services to include additional asset types.

        Due to the nature of our business, some works may need to be completed outside of normal workday working hours, or, at weekends. In response to a breakdown, or in an emergency, a 4-hour service level response may be necessary at any time of day or night.

        NOTE: A 4-hour service level response is defined as "arrival on site within 4 hours of an emergency call-out request being received.


      5. Award criteria:
      6. Information about options:
        Options: yesDescription of options:

        Any agreement awarded would be based on an initial term of 36 months, with the option of incremental renewals for up to a period of 72 months in total.


      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:

        Additional information: Thames Water intend to make the framework agreement available to our alliance partners and contractors, who may be required to use the framework agreement where it is appropriate.


  3. Section IV
    1. Description:
      1. Type of procedure:
      2. Information about a framework agreement or a dynamic purchasing system:
        The procurement involves the establishment of a framework agreement
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: no
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2017/S 021-035890
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: 1
      Lot No: 3
      Title:

      High-voltage Asset Maintenance Services: Area "A" and Area "B"


    2. Award of contract
      1. Date of conclusion of the contract: 2017-12-22
      2. Information about tenders:
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Power Testing Ltd
        Chelmsford
        CM1 3GS
        United Kingdom
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):


      5. Information about subcontracting:

  5. Section VI
    1. Additional information

      Additional information: Thames Water intend to make the framework agreement available to our alliance partners and contractors, who may be required to use the framework agreement where it is appropriate.


    2. Procedures for review
      1. Review body
        Thames Water Utilities Limited
        Reading
        United Kingdom
      2. Body responsible for mediation procedures

      3. Service from which information about the review procedure may be obtained

        Thames Water Utilities Limited 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 Utilities Contracts Regulations 2016 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).



    3. Date of dispatch of this notice
      2018-01-18