+ All Categories
Home > Documents > OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer...

OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer...

Date post: 30-Jan-2018
Category:
Upload: vutu
View: 213 times
Download: 0 times
Share this document with a friend
473
Report Dated: 07-06-2012 OJEU Finder Index / Links Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index links below. This will take you directly to the matching document. Entry Title Deadlin e Type Authority 168020- 2012 UK-Belfast: containers for waste material 06/07/20 12 Invitatio n to tender PROCUREMENT AND LOGISTICS SERVICE 167673- 2012 UK-Birmingham: construction work 27/06/20 12 Invitatio n to tender UNIVERSITY OF BIRMINGHAM 167819- 2012 UK-Cambridge: building construction work 27/06/20 12 Invitatio n to tender THE CHANCELLOR, MASTERS AND SCHOLARS OF THE UNIVERSITY OF CAMBRIDGE 168790- 2012 UK-Derry: refuse and waste related services 24/07/20 12 Invitatio n to tender MEANS ONE OF OR ALL OF THE FOLLOWING COUNCILS; BALLYMONEY BOROUGH COUNCIL; COLERAINE BOROUGH COUNCIL; DERRY CITY COUNCIL; LIMAVADY BOROUGH
Transcript
Page 1: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Report Dated: 07-06-2012

OJEU Finder Index / Links

Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index links below. This will take you directly to the matching document.

Entry Title Deadline Type Authority

168020-2012

UK-Belfast: containers for waste material 06/07/2012 Invitation to

tender

PROCUREMENT AND LOGISTICS

SERVICE

167673-2012

UK-Birmingham: construction work 27/06/2012 Invitation to

tenderUNIVERSITY OF BIRMINGHAM

167819-2012

UK-Cambridge: building construction work 27/06/2012 Invitation to

tender

THE CHANCELLOR, MASTERS AND

SCHOLARS OF THE UNIVERSITY OF

CAMBRIDGE

168790-2012

UK-Derry: refuse and waste related services

24/07/2012 Invitation to tender

MEANS ONE OF OR ALL OF THE

FOLLOWING COUNCILS;

BALLYMONEY BOROUGH COUNCIL;

COLERAINE BOROUGH

COUNCIL; DERRY CITY COUNCIL;

LIMAVADY BOROUGH COUNCIL;

MAGHERAFELT DISTRICT COUNCIL;

MOYLE DISTRICT COUNCIL; AND

STRABANE DISTRICT COUNCIL WHICH MAKE UP THE NORTH WEST

REGION WASTE MANAGEMENT

Page 2: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

GROUP

168791-2012

UK-Derry: refuse and waste related services 24/07/2012 Invitation to

tender

MEANS ONE OF OR ALL OF THE

FOLLOWING COUNCILS;

BALLYMONEY BOROUGH COUNCIL;

COLERAINE BOROUGH

COUNCIL; DERRY CITY COUNCIL;

LIMAVADY BOROUGH

COUNCIL; MOYLE DISTRICT COUNCIL;

AND STRABANE DISTRICT COUNCIL WHICH MAKE UP THE NORTH WEST

REGION WASTE MANAGEMENT

GROUP

172857-2012

UK-Exeter: sewage, refuse, cleaning and environmental services

29/06/2012 Invitation to tender

DEVON COUNTY COUNCIL

168618-2012 UK-Leeds: lifts 26/06/2012 Invitation to

tenderPROCUREMENT

FOR ALL LTD

168159-2012

UK-Liverpool: emulation software package 07/05/2013 Invitation to

tender

GOVERNMENT PROCUREMENT

SERVICE

170739-2012

UK-London: sewage, refuse, cleaning and environmental services

13/07/2012 Invitation to tender

LONDON SCHOOL OF ECONOMICS & POLITICAL SCIENCE

168903-2012

UK-Luton: sewage, refuse, cleaning and environmental services

02/07/2012 Invitation to tender

UNIVERSITY OF BEDFORDSHIRE

168651-2012

UK-Newport: sewage, refuse, cleaning and environmental services

09/07/2012 Invitation to tender

JOINT PROCUREMENT

UNIT

Page 3: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

168797-2012

UK-Preston: refuse and waste related services 10/07/2012 Invitation to

tenderLANCASHIRE

COUNTY COUNCIL

172205-2012 Part

1 of 2

UK-Sandbach: construction work 09/07/2012 Invitation to

tender

CHESHIRE EAST BOROUGH COUNCIL

172205-2012 Part

2 of 2

UK-Sandbach: construction work 09/07/2012 Invitation to

tender

CHESHIRE EAST BOROUGH COUNCIL

168515-2012

UK-Stoke-on-Trent: slag, dross, ferrous waste and scrap 16/07/2012 Invitation to

tenderSTOKE-ON-TRENT

CITY COUNCIL

172745-2012

UK-Theale: clinical-waste disposal services 29/06/2012 Invitation to

tender

BERKSHIRE HEALTHCARE NHS

FOUNDATION TRUST

173738-2012

UK-Welwyn Garden City: refuse recycling services 16/07/2012 Invitation to

tender

WELWYN HATFIELD BOROUGH COUNCIL

173953-2012

UK-West Malling: refuse recycling services 13/07/2012 Invitation to

tender

TONBRIDGE & MALLING

BOROUGH COUNCIL

168463-2012

IRL-Dublin: refuse and waste related services 06/07/2012 Invitation to

tenderDEFENCE FORCES

IRELAND

172717-2012

IRL-Johnstown: architectural, construction, engineering and inspection services

28/06/2012 Invitation to tender

ENVIRONMENTAL PROTECTION

AGENCY

170172-2012

UK-Bedford: refuse recycling services

Contract award

BEDFORD BOROUGH COUNCIL

172123-2012 UK-Bradford: conveyors Contract

awardYORKSHIRE WATER SERVICES LIMITED

172124-2012 UK-Bradford: conveyors Contract

awardYORKSHIRE WATER SERVICES LIMITED

Page 4: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

167503-2012

UK-Bristol: facilities management services

Contract award

BRISTOL PRIMARY CARE TRUST

170112-2012

UK-Crewe: refuse and waste related services

Contract award

CHESHIRE EAST BOROUGH COUNCIL

170246-2012

UK-Gateshead: refuse and waste related services

Contract award

BOROUGH COUNCIL OF GATESHEAD

173535-2012

UK-Glasgow: refuse and waste related services

Contract award

FIRST SCOTRAIL LIMITED

170328-2012

UK-King's Lynn: refuse and waste related services

Contract award

BOROUGH COUNCIL OF KING'S

LYNN & WEST NORFOLK

169909-2012

UK-Nottingham: refuse and waste related services

Contract award

NOTTINGHAM TRENT UNIVERSITY

168391-2012

UK-Chelmsford: sewage, refuse, cleaning and environmental services

Prior Information

Notice (Forecast)

ESSEX COUNTY COUNCIL

172643-2012

UK-Durham: sewage, refuse, cleaning and environmental services

Prior Information

Notice (Forecast)

DURHAM COUNTY COUNCIL

166875-2012

UK-Antrim: paper collecting services 09/03/2012

Additional information

(IC = AA changes and

cancellations)

PROCUREMENT AND LOGISTICS

SERVICE

171144-2012

UK-Southall: accommodation, building and window cleaning services

07/10/2011

Additional information

(IC = AA changes and

cancellations)

WEST LONDON MENTAL HEALTH

NHS TRUST

168958-2012 Part

UK-Glasgow: agricultural, farming, fishing, forestry and

Qualification system with

SCOTTISH POWER PLC

Page 5: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1 of 2 related products call for competition

168958-2012 Part

2 of 2

UK-Glasgow: agricultural, farming, fishing, forestry and related products

Qualification system with

call for competition

SCOTTISH POWER PLC

168959-2012 Part

1 of 2

UK-Glasgow: construction work

Qualification system with

call for competition

SCOTTISH POWER PLC

168959-2012 Part

2 of 2

UK-Glasgow: construction work

Qualification system with

call for competition

SCOTTISH POWER PLC

168957-2012 Part

1 of 2

UK-Glasgow: repair and maintenance services

Qualification system with

call for competition

SCOTTISH POWER PLC.

168957-2012 Part

2 of 2

UK-Glasgow: repair and maintenance services

Qualification system with

call for competition

SCOTTISH POWER PLC.

168962-2012 Part

1 of 2

UK-Warwick: agricultural, farming, fishing, forestry and related products

Qualification system with

call for competition

NATIONAL GRID PLC

168962-2012 Part

2 of 2

UK-Warwick: agricultural, farming, fishing, forestry and related products

Qualification system with

call for competition

NATIONAL GRID PLC

168961-2012 Part

1 of 2

UK-Warwick: construction work

Qualification system with

call for competition

NATIONAL GRID PLC.

168961-2012 Part

2 of 2

UK-Warwick: construction work

Qualification system with

call for

NATIONAL GRID PLC.

Page 6: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

competition

168960-2012 Part

1 of 2

UK-Warwick: repair and maintenance services

Qualification system with

call for competition

NATIONAL GRID PLC

168960-2012 Part

2 of 2

UK-Warwick: repair and maintenance services

Qualification system with

call for competition

NATIONAL GRID PLC

Page 7: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Belfast: containers for waste material PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168020-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: 06/07/2012 DEADLINE: 06/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 2 - Supply contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: Z - Not specified CRITERIA: 1 - Lowest price CPV CODE(S): 44613800 Containers for waste material AGENCY: PROCUREMENT AND LOGISTICS SERVICE COUNTRY: GB. LANGUAGE: EN

Contract noticeSuppliesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Procurement and Logistics Service77 Boucher CresFor the attention of: Zoe VennardBT12 6HU BelfastUNITED KINGDOMTelephone: +44 2890553475E-mail: [email protected] address(es):General address of the contracting authority: www.hscbusiness.hscni.netAddress of the buyer profile: www.e-sourcingni.bravosolution.co.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityBody governed by public lawI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contract

Page 8: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Supply of Disposable Boxes (Removal of Broken Crockery, Glass & Aerosols).II.1.2) Type of contract and location of works, place of delivery or ofperformanceSuppliesPurchaseMain site or location of works, place of delivery or of performance:Northern Ireland.NUTS code UKNII.1.5) Short description of the contract or purchase(s)Supply of Disposable Boxes (Removal of Broken Crockery, Glass & Aerosols).II.1.6) Common procurement vocabulary (CPV)44613800II.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Supply of Disposable Boxes for the removal of Broken Crockery, Glass andAerosols. Period of contract is 3 years with the option to extend for anyperiod up to and including a further 24 months. The estimated value over 5years is 287 500 GBP.Estimated value excluding VAT: 287 500 GBPII.3) Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: As per Tender documents.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: As per Tender documents.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:As per Tender documents.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaLowest priceIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:9163IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documents

Page 9: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

or descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 6.7.2012 - 15:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate6.7.2012 - 15:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderin days: 120 (from the date stated for receipt of tender)IV.3.8) Conditions for opening tendersDate: 6.7.2012 - 15:05Persons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationSuppliers Instructions How to Express Interest in this Tender: 1. Registeryour company on the eSourcing portal (this is only required once):https://e-sourcingni.bravosolution.co.uk and click the link to register -Accept the terms and conditions and click ‘continue’ - Enter your correctbusiness and user details - Note the username you chose and click ‘Save’when complete - You will shortly receive an email with your uniquepassword (please keep this secure) 2. Express an Interest in the tender -Login to the portal with the username/password - Click the ‘PQQs / ITTsOpen To All Suppliers’ link. (These are Pre-Qualification Questionnairesor Invitations to Tender open to any registered supplier) - Click on therelevant PQQ/ ITT to access the content. - Click the ‘Express Interest’button at the top of the page. - This will move the PQQ /ITT into your ‘MyPQQs/ My ITTs’ page. (This is a secure area reserved for your projectsonly) - You can now access any attachments by clicking ‘Buyer Attachments’in the ‘PQQ/ ITT Details’ box 3. Responding to the tender - Click ‘MyResponse’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ orto ‘Decline to Respond’ (please give a reason if declining) - You can nowuse the ‘Messages’ function to communicate with the buyer and seek anyclarification - Note the deadline for completion, then follow the onscreeninstructions to complete the PQQ/ ITT - There may be a mixture of online &offline actions for you to perform (there is detailed online helpavailable) You must then submit your reply using the ‘Submit Response’button at the top of the page. If you require any further assistanceplease consult the online help, or contact the eTendering help desk.VI.4) Procedures for appealVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: BSO willincorporate a standstill period at the point information on the award ofthe contract is communicated to tenderers. That notification will providefull information on the award decision. The standstill period, which willbe for a minimum of 10 calendar days, provides time for unsuccessful

Page 10: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

tenderers to challenge the award decision before the contract is enteredinto.The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrievedparties who have been harmed or are at risk of harm by a breach of therules to take action in the High Court (England, Wales and NorthernIreland).VI.5) Date of dispatch of this notice:24.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 11: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Birmingham: construction work PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 167673-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: 27/06/2012 DEADLINE: 27/06/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 1 - Public works contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 45000000, 45210000, 45212000 Construction work, Building construction work, Construction work for buildings relating to leisure, sports, culture,, lodging and restaurants AGENCY: UNIVERSITY OF BIRMINGHAM COUNTRY: GB. LANGUAGE: EN

Contract noticeWorksDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)University of BirminghamProcurement Division, Aston Webb 'B' Block, EdgbastonContact point(s): http://in-tendhost.co.uk/universityofbirminghamFor the attention of: Matt HomeB15 2TT BirminghamUNITED KINGDOMTelephone: +44 1214143648E-mail: [email protected]: +44 1214143499Internet address(es):General address of the contracting authority:http://www.birmingham.ac.uk/index.aspxAddress of the buyer profile:http://in-tendhost.co.uk/universityofbirminghamElectronic access to information:http://in-tendhost.co.uk/universityofbirminghamElectronic submission of tenders and requests to participate:http://in-tendhost.co.uk/universityofbirminghamFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentioned

Page 12: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

contact point(s)I.2) Type of the contracting authorityBody governed by public lawI.3) Main activityEducationI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:New Indoor Sports Facility (Main Contractor).II.1.2) Type of contract and location of works, place of delivery or ofperformanceWorksDesign and executionNUTS code UKG31II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)The University of Birmingham is proposing to develop a Brownfield sitelocated at the South East corner of the Edgbaston Campus to include a newIndoor Sports Facility and associated landscaping and car parking.The site currently accommodates a surface car park (former multi-storeycar park) and public house (The Gun Barrels). In total, the site extendsto approximately 2.00 hectares. The site is adjacent to a ConservationArea on the east boundary, and close to the Grade II listed UniversityHouse and South Gate (including lodge). The Guild to the north, whilst notlisted, is an attractive historic building.The northern boundary of the site roughly aligns the lower ground floor ofthe Student Guild which is approximately 5,5m below the Great Hall andQuadrant Range, a dramatic change in level from the north to the south ofthe site results in the ground level of the University car parkapproximately being 10m below the lowest storey of the Guild to the north.There is a further step of approximately 3m down from the car park to therear of the Gun Barrels public house car park.Currently, significant changes in level impede disabled access across thesite, from north to south, whilst pedestrian movement is permitted via anetwork of existing steep paths and stairs. This contributes to a feelingthat the site is remote from the heart of the campus.The University of Birmingham Sports facility will signpost the campus tothe local community through high quality architecture, providing newphysical routes into the campus and a strong social connection throughemployment, participation and access to high class events.In addition to delivering a new Indoor Sports Facility, the Universityrequires, existing site car parking to be integrated into the design withthe provision of 270 car parking spaces, provision for 70 secure cycleparking bays, the development to achieve an EPC rating of A and requiresthe building to be of suitably high architectural merit commensurate withthe estate heritage and highly prominent corner site.

Page 13: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1.6) Common procurement vocabulary (CPV)45000000, 45210000, 45212000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Performance Bond/Parent Company Guarantee.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Payment of Invoices will be 30 days from Date of Invoice.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Limited Company, joint and several liability.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions:III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: As set out in the Pre Qualification Questionnaire and Instructionto Tenderers.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: As set out in the Pre Qualification Questionnaire and Instructionto Tenderers.Minimum level(s) of standards possibly required: Insurances (AppraisalQuestionnaire Section B).The Contractor must provide evidence (in the form of a valid Certificate)of the following minimum levels of current insurance indemnity cover.Professional/Indemnity Insurance in the sum of ten million pounds (10 000000 GBP) for any one occurrence.Public Liability Insurance in the sum of ten million pounds (10 000 000GBP) for any one occurrence.Product Liability Insurance in the sum of ten million pounds (10 000 000GBP) for any one occurrence.The Contractor will be deemed, by means of responding to the Invitation toTender, to have provided an understanding to maintain insurance indemnitycover to at least the minimum levels set out above.

Page 14: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:As set out in the Pre Qualification Questionnaire and Instruction toTenderers.Minimum level(s) of standards possibly required:Equality (Appraisal Questionnaire Section C).Tenderers must be able to confirm that it is a policy to the organisationas an employer to comply with its statutory obligations under the equalityact 2010.Freedom of Information Act (Appraisal Questionnaire Section D).Tenderers will be required to provide an understanding in respect ofconfidentiality and commitment to co-operate and provide all assistancerequested and required by the University in order that the University isable to comply with and fulfil its statutory obligations under the Freedomof Information Act 2000.Bribery Act 2010 (Appraisal Questionnaire Section D).Tenderers will be required confirm that they will observe and comply withtheir statutory obligations under the Bribery Act 2010.Contractors Health and Safety Scheme Accreditation (AppraisalQuestionnaire Section F).It is University policy that Professional Construction consultants andContractors operating on the University Site shall be registered with oraccredited by CHAS or SSIP Forum Membership as Designer (the ContractorsHealth and Safety Scheme www.chas.gov.uk).Tenderers must provide evidence (in the form of a valid Certificate) ofcurrent.CHAS registration and accreditation or SSIP Forum Membership andaccreditation.Health & Safety (Appraisal Questionnaire Section F).Tenderers must confirm that none of the following incidents have occurredover the last 3 years within the Office (as answered in question A9 of C3aContractors Appraisal Questionnaire Part 1.docx) or that of thesub-contractors proposed in their tender return.Prosecutions.HSE Prohibition Notices.Contract Compliance.Tenderers must submit as part of the Contractor Appraisal QuestionnairePart One a full list of any amendments to contract documents they may wishto propose.Any proposals to amend any contract documents that have been distributedas part of the PQQ after the closing date will be regarded as a breach ofthese minimum standards.WRAPs (Site Waste Management) (Appraisal Questionnaire Section F).It is University policy that Professional Construction Contractorsoperating on the University Site shall follow the WRAPs proforma, pleaseconfirm acceptance.Tenderers will be required to complete a Pre Qualification Questionnaire.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: no

Page 15: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

III.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 5IV.1.3) Reduction of the number of operators during the negotiation ordialogueRecourse to staged procedure to gradually reduce the number of solutionsto be discussed or tenders to be negotiated noIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:SC2020/11IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 27.6.2012 - 15:00Payable documents: yesIV.3.4) Time limit for receipt of tenders or requests to participate27.6.2012 - 15:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates3.8.2012IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.8) Conditions for opening tendersPersons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationAll documentation is to be submitted electronically only, allDocumentation is available upon registration athttp://in-tendhost.co.uk/universityofbirmingham.VI.5) Date of dispatch of this notice:24.5.2012

Page 16: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 17: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Cambridge: building construction work PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 167819-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: 27/06/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 1 - Public works contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 8 - Other TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 45210000, 45214000, 45214400, 45213200 Building construction work, Construction work for buildings relating to education and research, Construction work for university buildings, Construction work for warehouses and industrial buildings AGENCY: THE CHANCELLOR, MASTERS AND SCHOLARS OF THE UNIVERSITY OF CAMBRIDGE COUNTRY: GB. LANGUAGE: EN

Contract noticeWorksDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)The Chancellor, masters and scholars of the University of CambridgeEstate Management, 74 Trumpington StreetFor the attention of: Mr John NeveCB2 1RW CambridgeUNITED KINGDOME-mail: [email protected]: +44 1223766779Internet address(es):General address of the contracting authority:http:/www.admin.cam.ac.uk/offices/emFurther information can be obtained from: Davis Langdon LLP63 Thorpe RoadFor the attention of: Andy GaleNR1 1UD NorwichUNITED KINGDOMTelephone: +44 1603628194E-mail: [email protected] and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authority

Page 18: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Other: Higher Education.I.3) Main activityEducationI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Primary data centre University of Cambridge.II.1.2) Type of contract and location of works, place of delivery or ofperformanceWorksDesign and executionNUTS code UKH1II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)This project is for the provision of a principal contractor for the designand construction of a new data centre. The successful contractor will beappointed on a two stage negotiated design and build contract. This islikely to be the NEC ECC form of contract. The architect (TTSP),structural and services engineer (Arup) will be novated to the principalcontractor at the end of RIBA Stage D.II.1.6) Common procurement vocabulary (CPV)45210000, 45214000, 45214400, 45213200II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Expression of interest are sought from building contractors for stage 1design and construction of a new data centre. The project involves thecomplete development a building plot at the West Campus. The data centreis likely to include for 4 data halls (separated for different end users)which will provide space for approximately 240 racks plus associatedancillary space and plant, external works will include necessaryinfrastructure connections, hard and soft landscaping including perimeterfencing. The project may be further extended to incorporate a further enduser, these requirements will be to provide up to a further 180 rackswithin 2/3 further halls either in the form of an extension or as a linkedbuilding.The successful contractor will be appointed on a two stage negotiateddesign and build contract. This is likely to be the NEC ECC form ofcontract. The architect (TTSP), structural and services engineer (Arup)will be novated to the principal contractor at the end of RIBA Stage D.Please note that no further information or PQQ documents are available at

Page 19: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

this stage. Submissions are to be based on responses or questions posedunder Section III.2 only.Estimated value excluding VAT:Range: between 14 000 000 and 19 000 000 GBPII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months: 13 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Collateral warranties, performance bond, parent company guarantee (ifappropriate) and professional indemnity insurance, minimum 10 000 000 GBPwill be required.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Details will be included in the tender documents which will be provided tothose selected to be invited to tender for the project.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:In the event of a joint venture or consortium submitting an acceptableoffer, it will be necessary for each member of the joint venture orconsortium to sign an undertaking that each such member will be jointlyand severally responsible for the due performance of the contract.Evidence of relevant insurances (including professional indemnityinsurance) shall be required from each member.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: As detailed in the tenderdocumentation.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: The response to this notice must demonstrate suitability tosuccessfully complete the project. To be considered for the short list ofbuilding contractor selected to tender for this project, the expression ofinterest submission must provide the details and/or demonstrate compliancein the areas specified under III.2.2 and III.2.3 and III.3.1 (see alsoinformation under additional information section VI.3).In addition.(1) All candidates will be required to produce a certificate ordeclaration demonstrating that they are not bankrupt or the subject of anadministration order, are not being wound up, have not granted a trustdeed, are not the subject of a petition presented for sequestration oftheir estate, have not had a receiver, manager or administrator appointedand are not otherwise apparently insolvent.(2) All candidates will be required to produce a certificate ordeclaration demonstrating that the candidate, their directors, or any

Page 20: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

other person who has powers of representation, decision or control of thecandidate has not been convicted of conspiracy, corruption bribery, ormoney laundering. Failure to provide such a declaration will result in thecandidate being declared ineligible and they will not be selected toparticipate in this procurement process.(3) All candidates will be required to produce a certificate ordeclaration demonstrating that they have not been convicted of a criminaloffence relating to the conduct of their business or profession.(4) All candidates will be required to produce a certificate ordeclaration demonstrating that they have not committed an act of gravemisconduct in the course of their business or profession.(5) All candidates must comply with the requirements of the state in whichthey are established, regarding registration on the professional or traderegister.(6) Any candidate found to be guilty of serious misrepresentation inproviding any information required, may be declared ineligible and notselected to continue with this procurement process.(7) All candidates will have to demonstrate that they are licensed, or amember of the relevant organisation, in the state where they areestablished, when the law of that state prohibits the provision of theservices, described in this notice, by a person who is not so licensed orwho is not a member of the relevant organisation.(8) All candidates will be required to produce a certificate ordeclaration demonstrating that they have fulfilled obligations relating tothe payment of social security contributions under the law of any part ofthe United Kingdom or of the relevant state in which the candidate isestablished.(9) All candidates will be required to produce a certificate ordeclaration demonstrating that they have fulfilled obligations relating tothe payment of taxes under the law of any part of the United Kingdom or ofthe relevant state in which the economic operator is established.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: a) Evidence of professional indemnity insurance to the leveldescribed in Section III.1.1 (10 000 000 GBP).b) A statement of turnover for the previous 3 years.c) The previous 3 years audited company accounts.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:General.Full name and business address, telephone numbers, www and e-mailaddresses.Details of the company and parent company (if applicable) includingorganisational structure, history and current staff numbers with jobdescriptions.a) A description of related data centre projects completed over the last 5years of similar size and function.b) A description of particular experience in the use of sustainable designfeatures and a list of projects (data centre related or otherwise)completed over the last 5 years that have achieved a minimum of Breeam

Page 21: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

very good rating.c) The proposed team and structure including a list of personnel who wouldbe allocated to the project.d) The educations, professional qualifications and experience of all staffwho may be responsible for performing the contract and proof of resourcecapacity to undertake the contract.e) Provide 4nr references from clients on data centre related projects.f) How your company has added value to similar projects.g) An indication of the environmental and waste management procedures thatwould be applied when undertaking this project.h) A full and accurate record of the company health and safety record overthe past 5 years.i) A description of quality management procedures, including confirmationof registration on any quality assurance schemes.Minimum level(s) of standards possibly required:Applicants must be a member of the CIOB chartered builder scheme and amember of the CSCS training scheme, be a member of, or willing to join,the considerate contractor scheme.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: yesReference to the relevant law, regulation or administrative provision:Members of the CIOB chartered builder scheme and members of the CSCStraining scheme as per III.2.3 above.III.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 3: and maximum number 6Objective criteria for choosing the limited number of candidates: Thestrength and quality of responses to section III.2.IV.1.3) Reduction of the number of operators during the negotiation ordialogueRecourse to staged procedure to gradually reduce the number of solutionsto be discussed or tenders to be negotiated noIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documents

Page 22: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

or descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate27.6.2012 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates16.7.2012IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Other: EN (English).IV.3.8) Conditions for opening tendersPersons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationThe submission of an expression of interest must include all theinformation to support the request as detailed under Sections III.1 andIII.2 from contractors wishing to be considered for inclusion on thetender list for this project. Please note that a pre-tender questionnairewill not be issued. The response to this notice must therefore demonstratethe contractors suitability to undertake the project. To be considered forthis work, the submission must address all the requirements set out insection III. The short list will be compiled using the followingevaluation criteria as guidance:Experience scored out of 40.Resources scored out of 25.Proactiveness scored out 25.Systems and procedures scored out of 10.Submissions in response to this notice must not exceed 20 sides of A4,excluding accounts, cvs and other supporting information. 5 hard copiesand 5 CD copies of the submission should be provided to the address statedin Section 1.A short list of not less than 3 and not more than 6 contractors will becompiled and these will be invited to submit tenders and attend aselection interview. Final award will be in accordance with the criteriastated in the tender documents.All discussions and correspondence will be conducted in English and thecontract shall be subject to English law. The contracting authority willnot reimburse and cost incurred in the preparation of submissions to thisnotice or of subsequent tenders.The University of Cambridge is not a public body within the meaning ofPublic Contracts Regulations 2006 (Directive 2004/18) and is not subjectto the procurement legislation. Where the university advertises contractsin the Official Journal of the European Union, it does so on a voluntarybasis and does not undertake any obligation to comply with the procurementlegislation. The university reserves its rights in full to adapt or step

Page 23: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

outside the procedures in the procurement legislation as the universityconsiders necessary.Information about the tender process to be followed does not amount to alegally binding offer by the university to follow the process sodescribed. The university reserves the right not to follow or to modifythe procedures as the university considers necessary.VI.5) Date of dispatch of this notice:28.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 24: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Derry: refuse and waste related services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168790-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: 24/07/2012 DEADLINE: 24/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90500000 Refuse and waste related services AGENCY: MEANS ONE OF OR ALL OF THE FOLLOWING COUNCILS; BALLYMONEY BOROUGH COUNCIL; COLERAINE BOROUGH COUNCIL; DERRY CITY COUNCIL; LIMAVADY BOROUGH COUNCIL; MAGHERAFELT DISTRICT COUNCIL; MOYLE DISTRICT COUNCIL; AND STRABANE DISTRICT COUNCIL WHICH MAKE UP THE NORTH WEST REGION WASTE MANAGEMENT GROUP COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Means one of or all of the following Councils; Ballymoney Borough Council;Coleraine Borough Council; Derry City Council; Limavady Borough Council;Magherafelt District Council; Moyle District Council; and StrabaneDistrict Council which make up the North West Region Waste ManagementGroup98 Strand RoadFor the attention of: Sharon O'ConnorBT48 7NN DerryUNITED KINGDOMTelephone: +44 2871376578Fax: +44 2871264858Internet address(es):General address of the contracting authority: www.derrycity.gov.ukFurther information can be obtained from: Derry City Council98 Strand RoadFor the attention of: Colin KilleenBT48 7NN DerryUNITED KINGDOME-mail: [email protected] address: www.derrycity.gov.ukSpecifications and additional documents (including documents for

Page 25: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

competitive dialogue and a dynamic purchasing system) can be obtainedfrom: Derry City Council98 Strand RoadFor the attention of: Colin KilleenBT48 7NN DerryUNITED KINGDOME-mail: [email protected] address: www.derrycity.gov.ukTenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesEnvironmentOther: Waste TreatmentI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Provision for the Treatment of NWRWMG collected commingled waste fromHousehold Waste & Recycling Centres and from other council services.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance:Northern Ireland.NUTS code UKN0II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)The contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Magherafelt District Council; Moyle DistrictCouncil; and Strabane District Council which make up the North West RegionWaste Management Group intends to procure a partner to deliver theTreatment of collected commingled waste from Household Waste & RecyclingCentre’s and from other council services.These include for the processing and onward distribution to the endmarkets of the materials collected.II.1.6) Common procurement vocabulary (CPV)90500000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: yes

Page 26: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Tenders may be submitted for all lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Contractors must be able to provide a service that allows for thefollowing elements; The constituent councils of the NWRWMG operate twentyseven Household Waste & Recycling Centres.(Civic Amenity sites) at various locations throughout the region wheremembers of the public can dispose of unwanted items of household waste. Inaddition, Councils also provide a Household.Bulky Waste Collection whereby members of the public can request thatCouncils collect unwanted items of waste from their property. Aside fromthe collection of residual waste, the service may also include, Streetcleaning, Indiscriminate dumping & Commercial wastes.Approximately 50 000 tonnes of municipal waste and separately collectedfraction is collected through these processes. However, no tonnage isguaranteed.Ballymoney Borough Council: 3 145.Coleraine Borough Council: 11 485.Derry City Council: 21 073.Limavady Borough Council: 3 844.Magherafelt District Council: 4 640.Moyle District Council: 3 278.Strabane District Council: 5 872.Estimated value excluding VAT:Range: between 3 000 000,00 and 4 000 000,00 GBPII.2.2) Information about optionsOptions: yesDescription of these options: The follwoing are tonnage figures generatedby each Council, these tonnages are not guaranteed.Ballymoney Borough Council: 3 145.Coleraine Borough Council: 11 485.Derry City Council: 21 073.Limavady Borough Council: 3 844.Magherafelt District Council: 4 640.Moyle District Council: 3 278.Strabane District Council: 5 872.II.2.3) Information about renewalsThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)Information about lotsLot No: 1Lot title: Ballymoney1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Magherafelt District Council; Moyle DistrictCouncil; and Strabane District Council which make up the North West RegionWaste Management Group intends to procure a partner to deliver the

Page 27: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Treatment of collected commingled waste from Household Waste & RecyclingCentre’s and from other council services.2) Common procurement vocabulary (CPV)905000003) Quantity or scopeBallymoney Borough Council: 3,145T (no tonnage is guaranteed).Lot No: 2Lot title: Coleraine1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Magherafelt District Council; Moyle DistrictCouncil; and Strabane District Council which make up the North West RegionWaste Management Group intends to procure a partner to deliver theTreatment of collected commingled waste from Household Waste & RecyclingCentre’s and from other council services.2) Common procurement vocabulary (CPV)905000003) Quantity or scopeColeraine Borough Council: 11,485T (No tonage is guarenteed).Lot No: 3Lot title: Derry1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Magherafelt District Council; Moyle DistrictCouncil; and Strabane District Council which make up the North West RegionWaste Management Group intends to procure a partner to deliver theTreatment of collected commingled waste from Household Waste & RecyclingCentre’s and from other council services.2) Common procurement vocabulary (CPV)905000003) Quantity or scopeDerry City Council: 21,073T (no tonnage is guaranteed).Lot No: 4Lot title: Limavady1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Magherafelt District Council; Moyle DistrictCouncil; and Strabane District Council which make up the North West RegionWaste Management Group intends to procure a partner to deliver theTreatment of collected commingled waste from Household Waste & RecyclingCentre’s and from other council services.2) Common procurement vocabulary (CPV)905000003) Quantity or scopeLimavady: 3844T (no tonnage is guaranteed).Lot No: 5Lot title: Magherafelt1) Short description

Page 28: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

The contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Magherafelt District Council; Moyle DistrictCouncil; and Strabane District Council which make up the North West RegionWaste Management Group intends to procure a partner to deliver theTreatment of collected commingled waste from Household Waste & RecyclingCentre’s and from other council services.2) Common procurement vocabulary (CPV)905000003) Quantity or scopeMagherafelt: 4640T (no tonnages is guaranteed).Lot No: 6Lot title: Moyle1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Magherafelt District Council; Moyle DistrictCouncil; and Strabane District Council which make up the North West RegionWaste Management Group intends to procure a partner to deliver theTreatment of collected commingled waste from Household Waste & RecyclingCentre’s and from other council services.2) Common procurement vocabulary (CPV)905000003) Quantity or scopeMoyle: 3278T (no tonnage is guaranteed).Lot No: 7Lot title: Strabane1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Magherafelt District Council; Moyle DistrictCouncil; and Strabane District Council which make up the North West RegionWaste Management Group intends to procure a partner to deliver theTreatment of collected commingled waste from Household Waste & RecyclingCentre’s and from other council services.2) Common procurement vocabulary (CPV)905000003) Quantity or scopeStrabane: 5872T (no tonnage is guaranteed).Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:The Contracting Authority reserves the right to require bonds, deposits,guarantees or other appropriate forms of undertaking or security to secureproper performance of the contract.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Details in relation to the payment mechanism will be set out in theInvitation to Tender.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:

Page 29: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

The Contracting Authority reserves the right to require groupings ofcontractors to take a particular legal form upon contract award or torequire that one party has primary liability or to require each party tobe jointly and severally liable.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: The Applicant must comply with allapplicable fair employment, equality of treatment and anti-discriminationlegislation as a condition to the performance of the contract. Thecontract will be subject to conditions so that the Contracting Authorityand the Constituent Councils can comply with their statutory duty to havedue regard to the need to promote equality of opportunity as set out inSection 75 of the Northern Ireland Act 1998 and Schedule 9 of the Act andwith their statutory duty to contribute to the achievement of sustainabledevelopment as set out in Section 25 of the Northern Ireland(Miscellaneous Provisions) Act 2006.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: In accordance with Articles 45 and 46 of Directive 2004/18/EC andRegulation 23 of the Public Contracts Regulations 2006 and as set out inthe Invitation to Tender available from the address specified in Annex A,part 1.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: In accordance with Articles 45 and 46 of Directive 2004/18/EC andRegulation 23 of the Public Contracts Regulations 2006 and as set out inthe Invitation to Tender available from the address specified in Annex A,part 1.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Minimum level(s) of standards possibly required(if applicable): Inaccordance with Articles 48 and 50 of Directive.2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 andas set out in the Invitation to Tender available from the addressspecified in Annex A, part 1.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: yesSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria stated

Page 30: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

in the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:NWRWMG_HWRC_CommingledIV.3.2) Previous publication(s) concerning the same contractPrior information noticeNotice number in the OJEU: 2010/S 239-365483 of 7.12.2011IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 24.7.2012 - 11:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate24.7.2012 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderDuration in months: 6 (from the date stated for receipt of tender)IV.3.8) Conditions for opening tendersDate: 24.7.2012 - 13:00Place:Derry City Council, 98 Strand Road.Persons authorised to be present at the opening of tenders: yesAdditional information about authorised persons and opening procedure:Council Elected members only.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresThe High Court of Justice of Northern IrelandThe Royal Courts of Justice, Chichester StreetBT1 3JF BelfastUNITED KINGDOMVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: In accordance withthe Public Contracts Regulations 2006.VI.5) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

Page 31: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 32: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Derry: refuse and waste related services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168791-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: 24/07/2012 DEADLINE: 24/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90500000 Refuse and waste related services AGENCY: MEANS ONE OF OR ALL OF THE FOLLOWING COUNCILS; BALLYMONEY BOROUGH COUNCIL; COLERAINE BOROUGH COUNCIL; DERRY CITY COUNCIL; LIMAVADY BOROUGH COUNCIL; MOYLE DISTRICT COUNCIL; AND STRABANE DISTRICT COUNCIL WHICH MAKE UP THE NORTH WEST REGION WASTE MANAGEMENT GROUP COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Means one of or all of the following Councils; Ballymoney Borough Council;Coleraine Borough Council; Derry City Council; Limavady Borough Council;Moyle District Council; and Strabane District Council which make up theNorth West Region Waste Management Group98 Strand RoadFor the attention of: Sharon O'ConnorBT48 7NN DerryUNITED KINGDOMTelephone: +44 2871376578Fax: +44 2871368536Internet address(es):General address of the contracting authority: www.derrycity.gov.ukFurther information can be obtained from: Derry City Council98 Strand RoadContact point(s): Colin KilleenBT48 7NN DerryUNITED KINGDOMTelephone: +44 2871376578E-mail: [email protected]: +44 2871368536Internet address: www.derrycity.gov.ukSpecifications and additional documents (including documents for

Page 33: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

competitive dialogue and a dynamic purchasing system) can be obtainedfrom: Derry City Council98 Strand RoadContact point(s): Colin KilleenBT48 7NN DerryUNITED KINGDOMTelephone: +44 2871376578E-mail: [email protected]: +44 2871368536Internet address: www.derrycity.gov.ukTenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesEnvironmentOther: Waste treatmentI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Provision for the ‘haulage, treatment and disposal of local authoritycollected residual municipal waste (short term contract).II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance:Northern Ireland.NUTS code UKN0II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)The contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Moyle District Council; and Strabane DistrictCouncil which make up the North West Region Waste Management Group intendsto procure a partner to deliver the for the ‘haulage, treatment anddisposal of local authority collected Residual municipal waste (short termcontract).These include for the processing and onward distribution to the endmarkets of the materials collected.II.1.6) Common procurement vocabulary (CPV)90500000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no

Page 34: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for all lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Contractors must be able to provide a service that allows for thefollowing elements; for the provision of services for the possiblehaulage, treatment and disposal materials from Local Authority CollectedMunicipal Kerbside Residual Waste and from Council services. This includesfor the processing, diversion, recycling and onward distribution to theend markets of the materials collected in order to achieve a recyclingrate and landfill diversion rate for this material at a specified minimumpercentage. The treatment of this waste is intended to ensure that theClient meets its obligations under Domestic and European legislationincluding the Landfill Allowance Scheme (Northern Ireland) Regulations2004. The Client anticipates that some 22,500 tonnes per annum of residualwaste will require treatment and for the duration of the contract. TheClient envisages the use of processes such as mechanical biologicaltreatment, anaerobic digestion and the production of solid recovered fuelfor energy recovery as being acceptable technologies for the treatment ofthe Client’s waste. However, no tonnage is guaranteed.Ballymoney Borough Council: 500.Coleraine Borough Council: 5 000.Derry City Council: 13 000.Limavady Borough Council: 500.Moyle District Council: 500.Strabane District Council: 3 000.Estimated value excluding VAT:Range: between 1 400 000,00 and 1 800 000,00 GBPII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months: 6 (from the award of the contract)Information about lotsLot No: 1Lot title: Ballymoney1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Moyle District Council; and Strabane DistrictCouncil which make up the North West Region Waste Management Group intendsto procure a partner to deliver the for the ‘haulage, treatment anddisposal of local authority collected residual municipal waste (short termcontract).2) Common procurement vocabulary (CPV)905000003) Quantity or scope

Page 35: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Ballymoney: 500t (no tonnage is guaranteed).Lot No: 2Lot title: Coleraine1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Moyle District Council; and Strabane DistrictCouncil which make up the North West Region Waste Management Group intendsto procure a partner to deliver the for the ‘haulage, treatment anddisposal of local authority collected residual municipal waste (short termcontract).2) Common procurement vocabulary (CPV)905000003) Quantity or scopeColeraine: 5000T (no tonnage is guaranteed).Lot No: 3Lot title: Derry1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Moyle District Council; and Strabane DistrictCouncil which make up the North West Region Waste Management Group intendsto procure a partner to deliver the for the ‘haulage, treatment anddisposal of local authority collected residual municipal waste (short termcontract).2) Common procurement vocabulary (CPV)905000003) Quantity or scopeDerry: 13000T (no tonnage is guaranteed).Lot No: 4Lot title: Limavady1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Moyle District Council; and Strabane DistrictCouncil which make up the North West Region Waste Management Group intendsto procure a partner to deliver the for the ‘haulage, treatment anddisposal of local authority collected residual municipal waste (short termcontract).2) Common procurement vocabulary (CPV)905000003) Quantity or scopeLimavady: 500T (no tonnage is guaranteed).Lot No: 5Lot title: Moyle1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Moyle District Council; and Strabane DistrictCouncil which make up the North West Region Waste Management Group intendsto procure a partner to deliver the for the ‘haulage, treatment and

Page 36: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

disposal of local authority collected residual municipal waste (short termcontract).2) Common procurement vocabulary (CPV)905000003) Quantity or scopeMoyle: 500T (no tonnage is guaranteed).Lot No: 6Lot title: Strabane1) Short descriptionThe contracting authority means one of or all of the following Councils;Ballymoney Borough Council; Coleraine Borough Council; Derry City Council;Limavady Borough Council; Moyle District Council; and Strabane DistrictCouncil which make up the North West Region Waste Management Group intendsto procure a partner to deliver the for the ‘haulage, treatment anddisposal of local authority collected residual municipal waste (short termcontract).2) Common procurement vocabulary (CPV)905000003) Quantity or scopeStrabane: 3000T (no tonnage is guaranteed).Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:The Contracting Authority reserves the right to require bonds, deposits,guarantees or other appropriate forms of undertaking or security to secureproper performance of the contract.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Details in relation to the payment mechanism will be set out in theInvitation to Tender.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:The Contracting Authority reserves the right to require groupings ofcontractors to take a particular legal form upon contract award.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: The Applicant must comply with allapplicable fair employment, equality of treatment and anti-discriminationlegislation as a condition to the performance of the contract. Thecontract will be subject to conditions so that the Contracting Authorityand the Constituent Councils can comply with their statutory duty to havedue regard to the need to promote equality of opportunity as set out inSection 75 of the Northern Ireland Act 1998 and Schedule 9 of the Act andwith their statutory duty to contribute to the achievement of sustainabledevelopment as set out in Section 25 of the Northern Ireland(Miscellaneous Provisions) Act 2006.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: In accordance with Articles 45 and 46 of Directive 2004/18/EC and

Page 37: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Regulation 23 of the Public Contracts Regulations 2006 and as set out inthe invitation to tender available from the address specified in Annex A,part 1.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: In accordance with Article 47 of Directive 2004/18/EC andRegulation 24 of the Public Contracts Regulations 2006 and as set out inthe invitation to tender available from the address specified in Annex A,part 1.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Minimum level(s) of standards possibly required (if applicable): Inaccordance with Articles 48 and 50 of Directive 2004/18/EC and Regulation25 of the Public Contracts Regulations 2006 and as set out in theInvitation to Tender available from the address specified in Annex A, part1.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: yesSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:NWRWMG_Local Authority Collected Residual (Short Term)IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 24.7.2012 - 11:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate24.7.2012 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetender

Page 38: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Duration in months: 6 (from the date stated for receipt of tender)IV.3.8) Conditions for opening tendersDate: 24.7.2012 - 13:00Place:Derry City Council.Persons authorised to be present at the opening of tenders: yesAdditional information about authorised persons and opening procedure:Elected Members of Derry City Council only.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresThe High Court of Justice of Northern IrelandThe Royal Courts of Justice, Chichester StreetBT1 3JF BelfastUNITED KINGDOMVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: In accordance withthe Public Contracts Regulations 2006.VI.5) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 39: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Exeter: sewage, refuse, cleaning and environmental services PUBLISHED ON: 01/06/2012 DOCUMENT NUMBER: 172857-2012 JOURNAL NUMBER: 103 SPECIFICATION DUE: DEADLINE: 29/06/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90000000 Sewage, refuse, cleaning and environmental services AGENCY: DEVON COUNTY COUNCIL COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Devon County CouncilEEC Waste Management Services, County Hall, Room M21, Matford Lane OfficesFor the attention of: Mr Saeed MirehsanEX2 4QW ExeterUNITED KINGDOMTelephone: +44 1392383383E-mail: [email protected]: +44 1392382342Internet address(es):General address of the contracting authority: www.devon.gov.ukI.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Residual waste transfer service for Teignbridge.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitation

Page 40: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

and similar servicesMain site or location of works, place of delivery or of performance:Distrci of Teignbridge, Devon, England, UK.NUTS code UKKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)This tender opportunity is for the bulking up and transfer of MSW which iscollected by Teignbridge District Council. This entails the provision of aservice that will facilitate the bulking up and transfer of approximately85 % of the MSW that Teignbridge District Council collects from within itsboundary to the EfW Plant in Plymouth.This service will include the following:— A point of waste reception that will be sited centrally within theTeignbridge District Council’s boundaries and which has a fully compliantplanning permission and environmental permit,— The provision of a weighbridge facility, which will weigh and recordeach vehicle delivering Contract Waste to the point of reception,— The provision of a bulking up and haulage service that will facilitatethe transfer of waste from the point of reception to the EfW plant, oralternative delivery points as may be instructed from time to time.II.1.6) Common procurement vocabulary (CPV)90000000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:This service will require the receipt of approximately 20 000 tonnes ofwaste per annum which will be collected by Teignbridge District Council aspart of their waste collection responsibilities and to transport in bulkto Plymouth to be processed at a waste to energy plant (EFW) which isanticipated to become operational from September 2014.The waste Transfer facility will be ideally located within the Teignbridgedistrict's boundaries and close to large centres of population and majortransport networks.This tender will not place restrictions on applicants' solution as to howthey will transport waste from the transfer station in Teignbridge toPlymouth's EFW plant. However, applicants are reminded that the EFW plantis not located close to railway network.The contract duration will be that offering the most economicallyadvantageous from the three lengths out-lined within the tender-outlinedocument.The Authority will offer the use of one of its redundant landfill sitesthat is located in Teignbridge to tenderers who may wish to consider theuse of the site as part of their proposal.Estimated value excluding VAT: 12 500 000 GBP

Page 41: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.2.2) Information about optionsOptions: noII.3) Duration of the contract or time limit for completionDuration in months: 300 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:As detailed by ITT documents.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: As detailed by ITT documents.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 4: and maximum number 8Objective criteria for choosing the limited number of candidates:Applicant will need to complete and return a pre-qualificationquestionnaire which the Authority will evaluate to ascertain applicants'eligibility to tender for the contract.The evaluation process will then rank eligible applicants and up to amaximum of 8 top ranking applicants will be invited to tender.If less than eight eligible applicants apply, then all such eligibleapplicants will be invited to tender.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:WM-72-WASTE TRANSFER SERVICE FOR TEIGNBRIDGEIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate29.6.2012 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates6.8.2012IV.3.6) Language(s) in which tenders or requests to participate may be

Page 42: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

drawn upEnglish.IV.3.8) Conditions for opening tendersDate: 29.6.2012 - 12:00Persons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationContract notice.Devon County Council.Residual waste transfer service for Teignbridge.(CPV CODE: 90500000 refuse and waste related services).Notification of intent to tender the above "residual municipal solid waste(MSW) transfer service contract" (the contract).Notice is hereby given that Devon County Council (the Authority), isseeking to enter into an agreement with a contractor who will undertakethe delivery of a waste transfer service for (MSW) which is collected byTeignbridge District Council.This notice is being placed on the Authority’s e-tendering portal at:www.supplyingthesouthwest.org.uk to advertise the Contract and make awarethose contractors who may wish to express their interest in tendering forthe Contract. A notice to this effect shall be concurrently dispatched tothe Official Journal of the European Communities.Expressions of interest – restricted tendering procedures.The Contract will be tendered for electronically through the Authority’se-tendering web site.The tendering process shall be in accordance with the restricted tenderingprocedures as set out by the public contracts regulations 2009, asamended. The companies that wish to tender for the Contract must firstregister their company details with the Authority’s website and completeand return a pre-qualification questionnaire (PQQ) The PQQ evaluationcriteria are detailed within the questionnaire. The completed PQQ will bereviewed to assess the tenderers’ eligibility and rank their submissions.Those tenderers evaluated not to be eligible shall not be invited totender and shall be notified accordingly. Of those participatingapplicants who are assessed to be eligible, a maximum of eight of thehighest ranking companies shall be invited to tender for the Contract. Ifless than eight eligible service providers complete the PQQ, then all sucheligible applicants shall be invited to tender.Tenders’ evaluation.The tender evaluation process shall be as detailed in the instruction fortendering. Full tender documents, including instruction for tendering, andthe Tenders’ evaluation criteria will be electronically issued to thosewho are invited to tender. The Tender Evaluation process will aim toidentify the most economically advantageous submission, which will takeinto account a number of things, including but without limitation, priceand quality of the submissions.

Page 43: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Procurement timetable.The PQQ together with the draft contract specification and site locationplans are made available on the Authority’s web site atwww.supplyingthesouthwest.org.uk at the same time as this the notice isdispatched.The dead-line for the electronic return of the completed PQQ will be 12:00noon on 29.6.2012 2012.The closing time for raising queries or requests for clarificationsassociated with the PQQ will be 17:00 on 22.6.2012.The PQQ evaluation process and the short-listing of tenderers isanticipated to be completed by the end of July 2012. The Invitation toTender of the successful tenderers is anticipated to take place in earlyAugust 2012...An estimated period of 90 days is anticipated to be allowed for tenderersto complete and submit their tenders, commencing from the invitation totender date. The award of the contract is anticipated to take place duringDecember 2012 with a service commencement date of September 2014, when theenergy from waste (EfW) plant in Plymouth is anticipated to becomeoperational.All above time-scales are intended to be indicative only and the Authorityreserves its right to extend, reduce and revise these.The Authority reserves the right to select not to proceed with theprocurement of this service at any time during the process, which shallinclude the right not to award the contract at all.The Council is a Public Authority under the Freedom of Information Act2000 and all information received will be dealt with in compliance withthis Act.Background information.The South West Devon Waste Partnership, a partnership of three WasteDisposal Authorities including Devon County Council, has recently beensuccessful in procuring an (EfW) plant, to be constructed in the PlymouthNaval Dockyard. The plant will process 245 000-265 000 tonnes of residualwaste per year and will use the energy generated to deliver a combinedheat and power solution for South West Devon. The Contractor for thisproject, MVV Environment, has successfully obtained planning approval forthis facility, and the construction phase of the plant is expected tocommence during the summer of 2012. It is anticipated that the plant willbe ready to accept contract waste in September 2014.Three of Devon’s Waste Collection Authorities; Teignbridge DistrictCouncil, West Devon Borough Council and South Hams District Council, willbe delivering waste to this new facility, either directly or indirectlythrough a transfer station.Brief description of the service offered for tendering.This tender opportunity is for the bulking up and transfer of MSW which iscollected by Teignbridge District Council. This entails the provision of aservice that will facilitate the bulking up and transfer of approximately85 % of the MSW that Teignbridge District Council collects from within itsboundary to the EfW Plant in Plymouth. This approximates to 20 000 tonnesper annum. The value of this element of the service is estimated to rangebetween £200,000 (service to be provided from an existing waste facility)and £500,000 per annum (service to be provided from a newly constructed

Page 44: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

facility), based on a 25 year contract duration. These figures ortime-scales are intended to be indicative only and the Authority reservesits option to choose to enter into a shorter contract period, as may bedetailed within the ITT documents, if that offers the most economicallyadvantageous option.This service will include the following:— A point of waste reception that will ideally be sited within theTeignbridge District Council’s boundary and which has a fully compliantplanning permission and environmental permit,— The provision of a weighbridge facility, which will weigh and recordeach vehicle delivering Contract Waste to the point of reception,— The provision of a bulking up and haulage service that will facilitatethe transfer of waste from the point of reception to the EfW plant, oralternative delivery points as may be instructed from time to time.Payment for this service will be via a ‘gate fee’, quoted as a price pertonne for each tonne of waste received and transferred to the point ofdisposal.For further details about the service, please refer to the tender outline.Tender pricing options.The tender pricing options for this contract are detailed in the drafttender outline. The most economically advantageous tendered price will beput forward for consideration as part of DCC’s decision making process.If you require further information please contact:Saeed Mirehsan on +44 1392383383 or email [email protected] Unsworth on +44 1392 383397 or email [email protected]) Procedures for appealVI.4.1) Body responsible for appeal proceduresDevon County CouncilRoom 21 Matford offices County Hall Topsham RoadEX2 4QD ExeterUNITED KINGDOMInternet address: www.devon.gov.ukBody responsible for mediation proceduresDevon County CouncilRoom 21 Matford offices County Hall Topsham RoadEX2 4QD ExeterUNITED KINGDOMInternet address: www.devon.gov.ukVI.5) Date of dispatch of this notice:30.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 45: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Leeds: lifts PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168618-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: 26/06/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 42416100, 42416000, 42419510 Lifts, Lifts, skip hoists, hoists, escalators and moving walkways, Parts of lifts AGENCY: PROCUREMENT FOR ALL LTD COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Procurement For All LtdArthington House, 30 Westfield RoadFor the attention of: Siobhan MastersLS3 1DE LeedsUNITED KINGDOMTelephone: +44 3005550304E-mail: [email protected] address(es):General address of the contracting authority:http://www.procurementforall.co.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityBody governed by public lawI.3) Main activityHousing and community amenitiesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesJohnnie Johnson Housing

Page 46: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Spinners LaneSK12 1GA PoyntonUNITED KINGDOMSt Vincent Housing AssociationBrindley Road Old TraffordM16 9HQ ManchesterUNITED KINGDOMMidland Heart20 Bath RowB15 1LZ BirminghamUNITED KINGDOMViridian2 Bridge AvenueW6 9JP LondonUNITED KINGDOMContour HousingLowry MallM50 3AH SalfordUNITED KINGDOMLedger HousingWhite Rose WayDN4 5ND DoncasterUNITED KINGDOMWalsall Housing100 Hatherton StreetWS1 1AB WalsallUNITED KINGDOMMerlin Housing AssociationRiverside CourseBS37 6JX BristolUNITED KINGDOMOrbit Housing GroupHarry Weston RoadCV3 2SU CoventryUNITED KINGDOMLeeds Federated30 Westtfield RoadLS31 1DE LeedsUNITED KINGDOMMuir GroupDee Hills ParkCH3 5AR ChesterUNITED KINGDOMGreat Places Housing119 Union StreetOL1 1TE OldhamUNITED KINGDOMEquity HousingMonmouth RoadSK8 7EF Cheadle HulmeUNITED KINGDOM

Page 47: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Accent GroupOtley RoadBD17 7SW ShipleyUNITED KINGDOMSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Lifts/ Stairlifts Maintenance and Installations.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 1: Maintenance and repair servicesMain site or location of works, place of delivery or of performance:Agreement will be a national agreement from South.England coast to Northern.England including Wales, but not limited to.The North West of England.The North east of England.Yorksire and Humberside.Central- East of England.Central- West Midlands.Central - Greater London and South East.South - South West.Exact locations to be agreed at mini competition stage.NUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with several operatorsmaximum number of participants to the framework agreement envisaged: 8Duration of the framework agreementDuration in months: 48Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT:Range: between 4 000 000,00 and 5 000 000,00 GBPII.1.5) Short description of the contract or purchase(s)The Authority is seeking expressions of interest from suitably experiencedand qualified Lift Servicing and Maintenance Contractors to tender formembership of a framework agreement under which it is envisaged thatcontracts will be let to Contractors within the framework for theprovision of Periodic Servicing, Inspection,Certification and Maintenanceworks to Passenger Lifts, Stairlifts, Homelifts, Bed-Hoists. Access Hoistamd Minivators and the like to social housing dwellings, sheltered schemesand special needs housing in properties owned or managed by the individualmembers of the Procurement For All Consortium (both current and futuremembers). The scope of the contract will extend to Installations.PFA is a consortium of 14 social landlords with operations throughout theUK (see Appendix A), set up to utlilise the collaborative purchasing powerof consortium members, to raise the standard of service delivery whilst

Page 48: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

improving value for money from achieving more competitive pricing. PFAspecialises in the collaborative procurement of decent homes, capitalinvestment and cyclical maintenance contracts via OJEU compliant frameworkagreements.II.1.6) Common procurement vocabulary (CPV)42416100, 42416000, 42419510II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:It is the intention of the Authority to nominate a number of suppliers (tobe determined) on to a Framework.Agreement to facilitate national coverage. Contracts will then be awardedfollowing a "mini competition".Estimated value excluding VAT:Range: between 4 000 000,00 and 5 000 000,00 GBPII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months: 48 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Parent Company Guarantee, warranties and/or deposits may be required bythe Authority and will be set out in the Invitation to Tender.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:As detailed in the Invitation to Tender (ITT).III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Where Providers form a consortium, they may be required to incorporate acompany to form a special purpose vehicle. In the event of a group oforganisations submitting an acceptable offer, it will be necessary toprovide an undertaking that each organisation will have joint and severalliability for the due performance of any contract called off and enteredinto between the individual member of the Procurement For All Ltdconsortium and such a group of organisations under the frameworkagreement.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: Providers who satisfy any of thecriteria for rejection set out in Regulation 23(1), Public ContractsRegulations 2006 shall be treated as ineligible.Providers may be requested to provide such evidence as is reasonablynecessary to all Procurement For All Ltd or any consortium member

Page 49: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

participating in the tender process to establish that the aforementionedcriteria does not apply to them.Individual consortium members reserve the right to impose furtherconditions in order to be satisfied before individusl contracts will beentered into with the Providers, which shall be detailed in the Invitationto Tender and/ or relevant delivery contract.III.2) Conditions for participationIII.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: (a) appropriate statements from banks, or, where appropriate,evidence of relevant progressional risk indemnity insurance;(b) the presentation of balance sheets or extracts from the balancesheets, where publication of the balance sheet is required under the lawof the country in which the economic operator is established;(c) a statement of the undertaking's overall turnover and, whereappropriate, of turnover in the area covered by the contract for a maximumof the last three financial years available, depending on the date onwhich the undertaking was set up or the economic operator started trading,as far as the information on these turnovers is available.As per requirements set out in the PQQ. A copy of the.PQQ can be requested from the contact point as set out in Section I. ThePQQ will be issued to all Providers expressing an interest to thiscontract notice.The PQQ shall be issued electronically. Members of Constructionline needonly to complete certain elements of the PQQ.The PQQ must be completed and returned with all required supportingdocumentation and information by the deadline listed in Section IV.3.4 ofthis notice.Minimum level(s) of standards possibly required: Providers will berequired to have a minimum annual turnover of 250 000 GBP in each of thelast 3 years. If Providers have a minimum annual turnover of less than 250000 GBP in each of the last 3 years, the Provider shall be expected todisclose the reasons why Providers will be required at the time ofentering any contract with the individual members of the Procurement ForAll Ltd consortium to possess the following insurances:— Employer's Liability insurance compliant with the amount required by theapplicable law. This insurance should include an Indemnity to Principleclause and Waiver of Subrogation in favour of the individual members ofthe Procurement For All Ltd consortium,— Liability for death or bodily injury to employees of the Providerarising out of and in the course of their employment in connection withthis Contract. The amount required by applicable law. This insuranceshould include an Indemnity to Principle clause and Waiver of Subrogationin favour of the individual members of the Procurement For All Ltdconsortium,— Public Liability Insurance compliant with the amount required by theapplicable law. This insurance should include an Indemnity to Principleclause and Waiver of Subrogation in favour of the individual mebers of theProcurement For All Ltd consortium.Other insurances required by statute.III.2.3) Technical capacity

Page 50: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Information and formalities necessary for evaluating if the requirementsare met:Information and formalities necessary for evaluating if requirements aremet at PQQ and ITT Stage may include but not be confined to (ifapplicable):(a) Examples of case studies including values and dates;(b) Examples of delivery of value for money;(c) Delivery of a sustainable supply chain;(d) Use of technology to deliver a cost effective supply chain;(e) Evidence of previous resident benefit schemes.Minimum level(s) of standards possibly required:The successful Providers will be experienced in,and be required toincorporate, alll duties relating to but not limited to the supply of theservices and materials required by the Employer for the proper performanceof the contract.Any appointed Provider and their agents/ subcontractors shall hold allrelevant accreditations and certifications as defined by law in order toperform the services to enable landlords to properly fulfill the dutiesplaced upon landlords by any regulations and the recommendations of theHealth and Safety Executive.The values of the contracts and value of the supply chain cannot and willnot be guaranteed.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 8: and maximum number 12IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:LSTL01IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate

Page 51: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

26.6.2012 - 17:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationThe Procurement For All Ltd consortium is made up of the followingmembers: Accent Group, Equity Housing Group Ltd, Leeds Federated HousingAssociation Ltd, Muir Group Housing Association Ltd, St Vincents HousingAssociation Ltd, Johnnie Johnson Housing Trust, Midland Heart, ViridianHousing, Walsall Housing Group, Orbit Housing Group, Merlin HousingSociety, Ledger Housing, Contour Housing and Great Places Housing Group.The total amount of dwellings in the consortium is in the region of 210000 (estmated). It is anticipated that other social landlords in Englandmay join the consortium in the future and be able to access thisframework.Contracts may be awarded by all or any of the current or prospectivemembers of Procurement For All Ltd and also any of the individual memberscurrent or future subsidiaries.The current and prospective members (and their current and futuresubsidiaries) of Procurement For All Ltd will enter into a multi partyframework agreement with each Provider who is successful on the framework.The Authority reserves the right not to award the contract and to withdrawthe notice at any point without cost or penalty. If the contract isawarded, the Authority reserves the right to award a part or parts of thecontract only. Membership of the framework is no guarantee of work.VI.5) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 52: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Liverpool: emulation software package PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168159-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: 07/05/2013 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 2 - Supply contract PROCEDURE: 1 - Open procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 48518000, 90000000 Emulation software package, Sewage, refuse, cleaning and environmental services AGENCY: GOVERNMENT PROCUREMENT SERVICE COUNTRY: GB. LANGUAGE: EN

Contract noticeSuppliesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Government Procurement Service9th Floor The Capital Old Hall StreetFor the attention of: Anyone who caresL3 9PP LiverpoolUNITED KINGDOMTelephone: +44 3450103503E-mail: [email protected] address(es):General address of the contracting authority:http://gps.cabinetoffice.gov.ukAddress of the buyer profile: https://gpsesourcing.cabinetoffice.gov.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityMinistry or any other national or federal authority, including theirregional or local sub-divisionsI.3) Main activityOther: Public ProcurementI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting

Page 53: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

authorities: yesSection II: Object of the contractII.1) DescriptionII.1.2) Type of contract and location of works, place of delivery or ofperformanceSuppliesPurchaseMain site or location of works, place of delivery or of performance:Primarily in the UK with some limited requirements overseas.NUTS code UKII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with several operatorsmaximum number of participants to the framework agreement envisaged: 10Duration of the framework agreementDuration in years: 2II.1.5) Short description of the contract or purchase(s)Government Procurement Service as the Contracting Authority is putting inplace a Pan Government Collaborative Framework Agreement for use by UKpublic sector bodies identified at VI.3 (and any future successors tothese organisations), which include Central Government Departments andtheir Arm’s Length Bodies and Agencies, Non Departmental Public Bodies,NHS bodies and Local Authorities.The above Public Sector Bodies have a need for (Project Specific – enterinto the space below the type of services that will be provided under theframework agreement or contract).Government Procurement Service reserves the right for an electronicauction to be held by Public Sector bodies during further competitionamong the parties to the Framework Agreement(s).II.1.6) Common procurement vocabulary (CPV)48518000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for all lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.2) Information about optionsOptions: noInformation about lots2) Common procurement vocabulary (CPV)90000000Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:Participants will be advised if this is necessary during the procurement.Parent company and/or other guarantees of performance and financial

Page 54: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

liability may be (required by Government Procurement Service) (proposed byparticipants) if considered appropriate.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:No special legal form is required but if a contract is awarded to aconsortium, the Contracting Authority may require the consortium to form alegal entity before entering into the Framework Agreement.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Candidates will be assessed in accordance with Part 4 of thePublic Contracts Regulations 2006, as amended (implementing Title II,Chapter V11, Section 2 of Directive 2004/18/EC), on the basis ofinformation provided in response to an Invitation to Tender (“ITT”).(Project Specific – please delete the following text if not using theeSourcing tool and replace with guidance on expressing an interest).This procurement will be managed electronically via the GovernmentProcurement Service’s e-Sourcing Suite. To participate in thisprocurement, participants must first be registered on the e-SourcingSuite.If you have not yet registered on the eSourcing Suite, this can be doneonline at https://gpsesourcing.cabinetoffice.gov.uk by following the link‘Register for GPS eSourcing’. Please note that, to register, you must havea valid DUNS number (as provided by Dun and Bradstreet) for theorganisation which you are registering, who will be entering into acontract if invited to do so. Full instructions for registration and useof the system can be found athttp://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender.Once you have registered on the eSourcing Suite, a registered user canexpress an interest for a specific procurement. This is done by [email protected] email must clearly state: the name and reference for the procurementyou wish to register for; the name of the registered supplier; and thename and contact details for the registered individual sending the email.Government Procurement Service will process the email and then enable thesupplier to access the procurement online via the e-Sourcing Suite. Theregistered user will receive a notification email to alert them once thishas been done.For technical assistance on use of the e-Sourcing Suite please contactGovernment Procurement Service Helpdesk: Freephone: +44 3450103503 email:[email protected] must be published by the date in IV.3.4.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Candidates will be assessed in accordance with Part 4 of thePublic Contracts Regulations 2006, as amended (implementing Title II,Chapter V11, Section 2 of Directive 2004/18/EC), on the basis ofinformation provided in response to an ITT.(Project Specific – please delete the following text if not using theeSourcing tool and replace with guidance on expressing an interest or

Page 55: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

submitting a tender).The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.ukusing the instructions detailed in III.2.1.(Project Specific – delete statements below as appropriate. Please ensurethat the statements which are not deleted are consistent with what isstated in the ITT).The Contracting Authority may take into account any of the followinginformation:(a) appropriate statements from banks or, where appropriate, evidence ofrelevant professional risk indemnity insurance;(b) the presentation of balance-sheets or extracts from thebalance-sheets, where publication of the balance-sheet is required underthe law of the country in which the economic operator is established;(c) a statement of the undertaking's overall turnover and, whereappropriate, of turnover in the area covered by the contract for a maximumof the last three financial years available, depending on the date onwhich the undertaking was set up or the economic operator started trading,as far as the information on these turnovers is available.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Candidates will be assessed in accordance with Part 4 of the PublicContracts Regulations 2006, as amended (implementing Title II, ChapterV11, Section 2 of Directive 2004/18/EC), on the basis of informationprovided in response to an ITT.(Project Specific – please delete the following text if not using theeSourcing tool and replace with guidance on expressing an interest orsubmitting a tender).The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.ukusing the instructions detailed in III.2.1.(Project Specific – delete statements below as appropriate. Please ensurethat the statements which are not deleted are consistent with what isstated in the ITT).The Contracting Authority may have regard to any of the following means inits assessment:(a) a list of the works carried out over the past five years, accompaniedby certificates of satisfactory execution for the most important works.These certificates shall indicate the value, date and site of the worksand shall specify whether they were carried out according to the rules ofthe trade and properly completed. Where appropriate, the competentauthority shall submit these certificates to the contracting authoritydirect;(b) a list of the principal deliveries effected or the main servicesprovided in the past three years, with the sums, dates and recipients,whether public or private, involved. Evidence of delivery and servicesprovided shall be given: - where the recipient was a contractingauthority, in the form of certificates issued or countersigned by thecompetent authority, - where the recipient was a private purchaser, by thepurchaser's certification or, failing this, simply by a declaration by theeconomic operator;(c) an indication of the technicians or technical bodies involved, whether

Page 56: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

or not belonging directly to the economic operator's undertaking,especially those responsible for quality control and, in the case ofpublic works contracts, those upon whom the contractor can call in orderto carry out the work;(d) a description of the technical facilities and measures used by thesupplier or service provider for ensuring quality and the undertaking'sstudy and research facilities;(e) where the products or services to be supplied are complex or,exceptionally, are required for a special purpose, a check carried out bythe contracting authorities or on their behalf by a competent officialbody of the country in which the supplier or service provider isestablished, subject to that body's agreement, on the productioncapacities of the supplier or the technical capacity of the serviceprovider and, if necessary, on the means of study and research which areavailable to it and the quality control measures it will operate;(f) the educational and professional qualifications of the serviceprovider or contractor and/or those of the undertaking's managerial staffand, in particular, those of the person or persons responsible forproviding the services or managing the work;(g) for public works contracts and public services contracts, and only inappropriate cases, an indication of the environmental management measuresthat the economic operator will be able to apply when performing thecontract;(h) a statement of the average annual manpower of the service provider orcontractor and the number of managerial staff for the last three years;(i) a statement of the tools, plant or technical equipment available tothe service provider or contractor for carrying out the contract;(j) an indication of the proportion of the contract which the servicesprovider intends possibly to subcontract;(k) with regard to the products to be supplied: (i) samples, descriptionsand/or photographs, the authenticity of which must be certified if thecontracting authority so requests; (ii) certificates drawn up by officialquality control institutes or agencies of recognised competence attestingthe conformity of products clearly identified by references tospecifications or standards.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:RMIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive document

Page 57: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate7.5.2013 - 23:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderin days: 120 (from the date stated for receipt of tender)IV.3.8) Conditions for opening tendersPlace:Web-based portal.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationPotential suppliers should note that, in accordance with the UKGovernment’s policies on transparency, Government Procurement Serviceintends to publish the Pre-Qualification Questionnaire (PQQ), theInvitation to Tender (ITT) document, and the text of any FrameworkAgreement awarded, subject to possible redactions at the discretion ofGovernment Procurement Service. The terms of the proposed FrameworkAgreement will also permit a public sector contracting authority, awardinga contract under this Framework Agreement, to publish the text of thatcontract, subject to possible redactions at the discretion of thecontracting authority. Further information on transparency can be foundat:http://gps.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurementThe Contracting Authority expressly reserves the right (i) not to awardany contract as a result of the procurement process commenced bypublication of this notice; and (ii) to make whatever changes it may seefit to the content and structure of the tendering competition; and in nocircumstances will the Contracting Authority be liable for any costsincurred by the candidates. If the Contracting Authority decides to enterinto a Framework Agreement with the successful supplier, this does notmean that there is any guarantee of subsequent contracts being awarded.Any expenditure, work or effort undertaken prior to contract award isaccordingly a matter solely for the commercial judgement of potentialsuppliers. Any orders placed under this Framework Agreement will form aseparate contract under the scope of this Framework between the supplierand the specific requesting other contracting body. The ContractingAuthority and other contracting bodies utilising the Framework reserve theright to use any electronic portal during the life of the agreement.The duration referenced in Section II.1.4 is for the placing of orders.The value provided in Section II.1.4 is only an estimate. We cannotguarantee to suppliers any business through this framework agreement.Government Procurement Service wishes to establish a Framework Agreement

Page 58: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

for use by the following UK public sector bodies (and any futuresuccessors to these organisations):“Copy the latest version of the Customer List here”.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresGovernment Procurement Service9th Floor The Capital Old Hall StreetL3 9PP LiverpoolUNITED KINGDOME-mail: [email protected]: +44 3450103503Internet address: http://gps.cabinetoffice.gov.ukBody responsible for mediation proceduresCentre for Effective Dispute ResolutionInternational Dispute Resolution Centre, 70 Fleet StreetEC4Y 1EU LondonUNITED KINGDOME-mail: [email protected]: +44 2075366000Internet address: http://www.cedr.comFax: +44 2075366001VI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Authority willincorporate a minimum 10 calendar day standstill period at the pointinformation on the award of the contract is communicated to tenderers.Applicants who are unsuccessful shall be informed by the Authority as soonas possible after the decision has been made as to the reasons why theApplicant was unsuccessful. If an appeal regarding the award of thecontract has not been successfully resolved, The Public ContractsRegulations 2006 (SI 2006 No. 5) provide for aggrieved parties who havebeen harmed or are at risk of harm by breach of the rules to take legalaction. Any such action must be brought within the applicable limitationperiod. Where a contract has not been entered into, the Court may orderthe setting aside of the award decision or order the authority to amendany document and may award damages. If the contract has been entered intothe Court may, depending on the circumstances, award damages, make adeclaration of ineffectiveness, order the Authority to pay a fine, and/ororder that the duration of the contract be shortened. The purpose of thestandstill period referred to above is to allow the parties to apply tothe Courts to set aside the award decision before the contract is enteredinto.VI.4.3) Service from which information about the lodging of appeals maybe obtainedGovernment Procurement Service9th Floor, The Capital, Old Hall StreetL3 9PP LiverpoolUNITED KINGDOME-mail: [email protected]: +44 3450103503Internet address: http://gps.cabinetoffice.gov.ukVI.5) Date of dispatch of this notice:

Page 59: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 60: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-London: sewage, refuse, cleaning and environmental services PUBLISHED ON: 31/05/2012 DOCUMENT NUMBER: 170739-2012 JOURNAL NUMBER: 102 SPECIFICATION DUE: DEADLINE: 13/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 2 - Supply contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 8 - Other TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90000000 Sewage, refuse, cleaning and environmental services AGENCY: LONDON SCHOOL OF ECONOMICS & POLITICAL SCIENCE COUNTRY: GB. LANGUAGE: EN

Contract noticeSuppliesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)London School of Economics & Political ScienceHoughton StreetContact point(s): https://in-tendhost.co.uk/lse/For the attention of: Alan Langley, Contracts ManagerWC2A 2AA LondonUNITED KINGDOMInternet address(es):General address of the contracting authority: www.lse.ac.ukAddress of the buyer profile: https://in-tendhost.co.uk/lse/Further information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityOther: Higher EducationI.3) Main activityEducationI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) Description

Page 61: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1.1) Title attributed to the contract by the contracting authority:T11-082 Supply of Cleaning Materials and Associated Products.II.1.2) Type of contract and location of works, place of delivery or ofperformanceSuppliesPurchaseNUTS code UKI1II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with a single operatorDuration of the framework agreementDuration in years: 3Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT:Range: between 810 000 and 900 000 GBPII.1.5) Short description of the contract or purchase(s)The London School of Economics and Political Science has a requirement forthe supply of cleaning consumable supplies. Spend per annum is in theregion of 270 000 GBP to 300 000 GBP per annum. Delivery shall be on acall off basis to the LSE Campus, Houghton Street London, WC2A 2AE, andsome eleven student halls of residences located throughout central London.Interested parties will be required to fill in prices for items currentlyconsumed by the LSE in an Excel unit pricing and site reference scheduleand offer environmentally friendly alternatives where applicable. Theywill also be required to advise similar sites where under contract theyhave demonstrated clear evidence of a reduction in client demand. This isa key part of this tender. If you are unable to demonstrate a spendreduction through demand side management please do not tender for thiscontract as your bid will not be considered. Tenderers must have a minimumturnover of 900 000 GBP per annum and will need to pay a bid fee of 50 GBPto receive the tender documents.II.1.6) Common procurement vocabulary (CPV)90000000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: yesII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The LSE has a requirement for a suitably experienced contractor to supplyjanitorial products and associated items to LSE campus buildings and LSEHalls of Residences located throughout central London. Spend is in theregion of 270 000 GBP to 300 000 GBP per annum.Items required to be delivered on a call off basis under the frameworkagreement include, paper hand towels and wipers, toilet tissue, fabricdetergents and softeners, hand soap, plastic sacks and general cleaning

Page 62: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

products and chemicals.Particular attention will be given to suppliers offering innovation andsavings in consumables, consumption and cost.Estimated value excluding VAT:Range: between 810 000 and 900 000 GBPII.2.2) Information about optionsOptions: yesDescription of these options: Environmentally friendly options.II.2.3) Information about renewalsThis contract is subject to renewal: yesNumber of possible renewals: 1In the case of renewable supplies or service contracts, estimatedtimeframe for subsequent contracts:in months: 12 (from the award of the contract)II.3) Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Turnover in excess of 900 000 GBP per annum.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged number of operators: 3Objective criteria for choosing the limited number of candidates:Trialling products on site.IV.1.3) Reduction of the number of operators during the negotiation ordialogueRecourse to staged procedure to gradually reduce the number of solutionsto be discussed or tenders to be negotiated noIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction:

Page 63: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

IV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:T11-082IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: yesPrice: 50 GBPTerms and method of payment: Payment can be made online by debit, creditor purchasing card. Go to URL in section 1.1 which gives details of theIn-tend URL.IV.3.4) Time limit for receipt of tenders or requests to participate13.7.2012 - 00:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Other: English.IV.3.8) Conditions for opening tendersDate: 18.9.2012 - 09:00Persons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresThe London School of Economics and PoliticalHoughton StreetWC2A 2AE LondonUNITED KINGDOMInternet address: https://in-tendhost.co.uk/lse/VI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The LSE willincorporate a minimum ten day calendar day standstill period at the pointinformation on the award of the contract is communicated to Tenderers.This period allows unsuccessful Tenderers to seek further debriefing fromthe LSE before the contract is entered into. Applicants will have twoworking days from notification of the award decision to request additionaldebriefing and that information has to be provided within a minimum ofthree working days before expiry of the standstill period. Such additionalinformation should be requested from the address in section 1.1. If anappeal regarding the award of this contract has not been successfullyresolved the Public Contracts Regulations 2006 provide for aggrievedparties who have been harmed or at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland).Any such action must be brought promptly (generally within 3 months).Where a contract has not been entered into, the Court may order thesettling aside of the award decision or order the authority to amend anydocument and may award damages. If the contract has been entered into, theCourt may only award damages.

Page 64: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

VI.5) Date of dispatch of this notice:29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 65: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Luton: sewage, refuse, cleaning and environmental services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168903-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: 29/06/2012 DEADLINE: 02/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90000000 Sewage, refuse, cleaning and environmental services AGENCY: UNIVERSITY OF BEDFORDSHIRE COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)University of BedfordshirePark SquareFor the attention of: Jo CampbellLU1 3JU LutonUNITED KINGDOMTelephone: +44 1582743391E-mail: [email protected]: +44 1582743330Internet address(es):General address of the contracting authority:www.in-tendhost.co.uk/universityofbedforshireFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityBody governed by public lawI.3) Main activityEducationI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: no

Page 66: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Section II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Waste management services.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance: Lutonand Bedford Campuses.NUTS code: UKH21.NUTS code UKH22II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)The University of Bedfordshire invites your proposal for the provision ofWaste management services. Please ensure all parts of the invitation totender are completed as requested, and returned through the web-site.II.1.6) Common procurement vocabulary (CPV)90000000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The University are seeking to appoint one operator to provide WasteManagement Services, for our Luton and Bedford sites. The University ishighly committed to conduct its business in such a way that it activelypromotes environmental responsibility and sustainability into theoperational and planning processes of its operations.To include management of:General refuse.Comingled recycling.Glass recycling.With additional ad hoc services of:Clinical waste.Hazardous waste.Special waste.WEEE waste.Freezer and refrigerator waste.Construction and refurbishment waste.Mixed waste skips.II.2.2) Information about optionsOptions: yesDescription of these options: The University reserve the right to extendthe contract for a period of 2 years in 1 year increments, subject to

Page 67: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

satisfactory performance.II.3) Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:To be agreed at the time of award as necessary.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:To be agreed.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:To be agreed at the time of award as necessary.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Information and formalities necessary for evaluating if therequirements are met:Conformance with the requirements of the ITT.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Conformance with the requirements of the ITT.Minimum level(s) of standards possibly required: Conformance with therequirements of the ITT.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:Demonstrable experience of similar activity and suitably experiencedmanagement team.Minimum level(s) of standards possibly required:Conformance with the requirements of the ITT.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.1.3) Reduction of the number of operators during the negotiation ordialogueRecourse to staged procedure to gradually reduce the number of solutionsto be discussed or tenders to be negotiated noIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria stated

Page 68: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

in the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:UOB/EST302/2012/05IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 29.6.2012Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate2.7.2012IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderin days: 90 (from the date stated for receipt of tender)IV.3.8) Conditions for opening tendersDate: 2.7.2012Persons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationIII.2.4) Reserved contracts: no.II.3) Duration of the contract or time-limit for completion:Or starting 1.8.2012 completion 31.7.2015.VI.5) Date of dispatch of this notice:23.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 69: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Newport: sewage, refuse, cleaning and environmental services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168651-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: 26/06/2012 DEADLINE: 09/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90000000, 90500000, 90510000, 90513000, 90513500 Sewage, refuse, cleaning and environmental services, Refuse and waste related services, Refuse disposal and treatment, Non-hazardous refuse and waste treatment and disposal services, Treatment and disposal of foul liquids AGENCY: JOINT PROCUREMENT UNIT COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Joint Procurement UnitNewport City Council, Corporate Services, Room 315, Civic CentreFor the attention of: Dean EvansNP20 4UR NewportUNITED KINGDOMTelephone: +44 1633233449E-mail: [email protected] information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) Description

Page 70: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1.1) Title attributed to the contract by the contracting authority:Collection, Transportation and Treatment of Contaminated Water (LandfillLeachate) Arising from the Newport City Council Docksway Disposal Site.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance:Newport City Council, Docksway Disposal Site, NP20 2NS.NUTS code UKL21II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Collection & disposal of Contaminated Water (Landfill Leachate) to alicensed treatment/disposal facility.Community Benefits apply to this contract, Further details: See Tenderdocumentation.II.1.6) Common procurement vocabulary (CPV)90000000, 90500000, 90510000, 90513000, 90513500II.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noSection III: Legal, economic, financial and technical informationSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:Tender No. JPU/1044IV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 26.6.2012 - 16:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate9.7.2012 - 16:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn up

Page 71: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

English.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderDuration in months: 4 (from the date stated for receipt of tender)Section VI: Complementary informationVI.3) Additional informationBuy4Wales Reference Number: 30420.VI.5) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 72: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Preston: refuse and waste related services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168797-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: 10/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: R - Regional or local Agency/Office TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90500000, 90510000, 90513000 Refuse and waste related services, Refuse disposal and treatment, Non-hazardous refuse and waste treatment and disposal services AGENCY: LANCASHIRE COUNTY COUNCIL COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Lancashire County CouncilCorporate Procurement, E38, PO Box 100, County HallContact point(s): Phil LambertPR1 0LD PrestonUNITED KINGDOMTelephone: +44 1772530407E-mail: [email protected] address(es):General address of the contracting authority: http://www.lancashire.gov.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityRegional or local agency/officeI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesBurnley Borough Council, Hyndburn Borough Council, Rossendale BoroughCouncilUNITED KINGDOM

Page 73: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Section II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:ENV - Procurement of Green Waste Composting Services.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance: EastLancashire.NUTS code UKD43II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Lancashire County Council is seeking to procure the provision of afacility(ies) for the acceptance and composting of Green Waste (excludingkitchen waste) from household kerbside collections and the cleansing ofpublic highways, public parks and like areas, undertaken by participatingWaste Collection Authorities in the east of Lancashire. In additionLancashire reserves the right to include, from time to time, any otherGreen Waste for which Lancashire is responsible for disposal.II.1.6) Common procurement vocabulary (CPV)90500000, 90510000, 90513000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for one or more lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The contract is to provide a facility(ies) to accept and compost GreenWaste from participating Waste Collection Authorities, which providehousehold kerbside collections and undertake the cleansing of publichighways, public parks and like areas, within East Lancashire. In additionLancashire reserves the right to include, from time to time, any otherGreen Waste for which Lancashire is responsible for disposal.The capacity will be determined during each year of the contract byLancashire County Council estimating its requirements, but no minimumtonnages are guaranteed. The County Council may appoint more than oneprovider to supply the services. The ITT provides further details.II.2.2) Information about optionsOptions: yesDescription of these options: The contract is for an initial term of 18months, commencing on the 1.10.2012 with the ability for the CountyCouncil to extend for periods of twelve months on the 31.3 2014; 31.32015; 31.3 2016; and, 31.3 2017. More details are given in the ITT.Information about lots

Page 74: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Lot No: 1Lot title: Burnley Borough Council1) Short descriptionLancashire County Council is seeking to procure the provision of afacility(ies) for the acceptance and composting of Green Waste (excludingkitchen waste) from household kerbside collections and the cleansing ofpublic highways, public parks and like areas, undertaken by participatingWaste Collection Authorities in the east of Lancashire. In additionLancashire reserves the right to include, from time to time, any otherGreen Waste for which Lancashire is responsible for disposal.2) Common procurement vocabulary (CPV)90500000, 90510000, 905130003) Quantity or scopeThe contract is to provide a facility(ies) to accept and compost GreenWaste from participating Waste Collection Authorities, which providehousehold kerbside collections and undertake the cleansing of publichighways, public parks and like areas, within East Lancashire. In additionLancashire reserves the right to include, from time to time, any otherGreen Waste for which Lancashire is responsible for disposal.The capacity will be determined during each year of the contract byLancashire County Council estimating its requirements, but no minimumtonnages are guaranteed. The County Council may appoint more than oneprovider to supply the services. The ITT provides further details.Lot No: 2Lot title: Hyndburn Borough Council1) Short descriptionLancashire County Council is seeking to procure the provision of afacility(ies) for the acceptance and composting of Green Waste (excludingkitchen waste) from household kerbside collections and the cleansing ofpublic highways, public parks and like areas, undertaken by participatingWaste Collection Authorities in the east of Lancashire. In additionLancashire reserves the right to include, from time to time, any otherGreen Waste for which Lancashire is responsible for disposal.2) Common procurement vocabulary (CPV)90500000, 90510000, 905130003) Quantity or scopeThe contract is to provide a facility(ies) to accept and compost GreenWaste from participating Waste Collection Authorities, which providehousehold kerbside collections and undertake the cleansing of publichighways, public parks and like areas, within East Lancashire. In additionLancashire reserves the right to include, from time to time, any otherGreen Waste for which Lancashire is responsible for disposal.The capacity will be determined during each year of the contract byLancashire County Council estimating its requirements, but no minimumtonnages are guaranteed. The County Council may appoint more than oneprovider to supply the services. The ITT provides further details.Lot No: 3Lot title: Rossendale Borough Council1) Short descriptionLancashire County Council is seeking to procure the provision of afacility(ies) for the acceptance and composting of Green Waste (excluding

Page 75: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

kitchen waste) from household kerbside collections and the cleansing ofpublic highways, public parks and like areas, undertaken by participatingWaste Collection Authorities in the east of Lancashire. In additionLancashire reserves the right to include, from time to time, any otherGreen Waste for which Lancashire is responsible for disposal.2) Common procurement vocabulary (CPV)90500000, 90510000, 905130003) Quantity or scopeThe contract is to provide a facility(ies) to accept and compost GreenWaste from participating Waste Collection Authorities, which providehousehold kerbside collections and undertake the cleansing of publichighways, public parks and like areas, within East Lancashire. In additionLancashire reserves the right to include, from time to time, any otherGreen Waste for which Lancashire is responsible for disposal.The capacity will be determined during each year of the contract byLancashire County Council estimating its requirements, but no minimumtonnages are guaranteed. The County Council may appoint more than oneprovider to supply the services. The ITT provides further details.Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate10.7.2012 - 10:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.8) Conditions for opening tendersDate: 10.7.2012Section VI: Complementary information

Page 76: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

VI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationAny Facility which a tenderer wishes to offer:— must meet all the requirements of the ITT and Specification,— must have the benefit of a current planning permission to carry out allactivities identified in the ITT and Specification,— must have the benefit of an Environmental Permit (Waste ManagementLicence) to carry out all activities identified in the ITT andSpecification,— must be able to accept a minimum of 5 000 tonnes of Green Waste in anyContract Year for each Lot tendered.More details are given in the ITT.VI.5) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 77: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Sandbach: construction work PUBLISHED ON: 01/06/2012 DOCUMENT NUMBER: 172205-2012 Part 1 of 2 JOURNAL NUMBER: 103 SPECIFICATION DUE: DEADLINE: 09/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 1 - Public works contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000, 45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000, 45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000, 45440000, 45450000, 45500000, 45510000, 45520000, 37535200, 50500000, 50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000, 50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71421000, 71500000, 71510000, 71520000, 77200000, 77210000, 77300000, 77310000, 77320000, 77330000, 77340000, 90440000, 90450000, 90460000, 90650000, 92522000 Construction work, Site preparation work, Building demolition and wrecking work and earthmoving work, Test drilling and boring work, Works for complete or part construction and civil engineering work, Building construction work, Engineering works and construction works, Construction work for pipelines, communication and power lines, for, highways, roads, airfields and railways flatwork, Construction work for water projects, Construction works for plants, mining and manufacturing and for buildings, relating to the oil and gas industry, Roof works and other special trade construction works, Building installation work, Electrical installation work, Insulation work, Plumbing and sanitary works, Fencing, railing and safety equipment installation work, Mechanical installations, Building completion work, Plastering work, Joinery and carpentry installation work, Floor and wall covering work, Painting and glazing work, Other building completion work, Hire of construction and civil engineering machinery and equipment with, operator, Hire of cranes with operator, Hire of earthmoving equipment with operator, Playground equipment, Repair and maintenance services for pumps, valves, taps and metal, containers and machinery, Repair and maintenance services of pumps, valves, taps and metal, containers, Repair and maintenance services of machinery, Repair and maintenance services of security and defence materials, Repair and maintenance services of security equipment, Repair and maintenance services of building installations, Repair and maintenance services of electrical and mechanical building, installations, Repair and maintenance services of central heating, Commissioning of heating installations, Repair and maintenance services of cooler groups, Repair and maintenance services of escalators, Lift-maintenance services, Repair and maintenance of public conveniences, Miscellaneous repair and maintenance services, Landscape gardening services, Construction-related services, Site-investigation services, Construction supervision services, Forestry services, Logging services, Horticultural services, Planting and maintenance services of green areas, Sports fields maintenance services, Floral-display services, Tree pruning and hedge trimming, Treatment services of cesspools, Treatment services of septic tanks, Cesspool or septic tank emptying services, Asbestos removal services, Preservation

Page 78: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

services of historical sites and buildings AGENCY: CHESHIRE EAST BOROUGH COUNCIL COUNTRY: GB. LANGUAGE: EN

Part 1 of 2Contract noticeWorksDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Cheshire East Borough CouncilCorporate Procurement Unit, Westfields, Middlewich RoadFor the attention of: Mr Steve MellorCW11 1HZ SandbachUNITED KINGDOMTelephone: +44 1270686439E-mail: [email protected] information can be obtained from: Cheshire East Borough CouncilOperators are required to register and download PQQ documentation via theChest at www.thechest.nwce.gov.uk - the project reference is NWCE-8T9BVKUNITED KINGDOMSpecifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: Cheshire East Borough CouncilOperators are required to register and download PQQ documentation via theChest at www.thechest.nwce.gov.uk - the project reference is NWCE-8T9BVKUNITED KINGDOMTenders or requests to participate must be sent to: Cheshire East BoroughCouncilOperators are required to register and download PQQ documentation via theChest at www.thechest.nwce.gov.uk - the project reference is NWCE-8T9BVKUNITED KINGDOMI.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesEnvironmentEducationI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Low value construction services framework.II.1.2) Type of contract and location of works, place of delivery or ofperformanceWorksMain site or location of works, place of delivery or of performance:Establishments within the borough of Cheshire East.NUTS code UKD2

Page 79: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with several operatorsmaximum number of participants to the framework agreement envisaged: 66Duration of the framework agreementDuration in years: 4Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT:Range: between 16 000 000 and 32 000 000 GBPII.1.5) Short description of the contract or purchase(s)This Framework is to be set-up for Cheshire East Borough Council (Counciland Employer) to deliver low value construction services to all internaldepartments and any organisation that Cheshire East Borough Council isassociated with. The overall objective of the framework is to support theCouncil to deliver their revenue and capital programmes by;— Providing professional expertise to supplement existing Councilknowledge,— Providing capacity and supplementary knowledge that allows flexibilitywhere necessary to support existing Council services,— Providing cost certainty through use of the framework for Commissiondelivery,— Standardise and streamline processes with the implementation ofcontinuous feedback and performance improvements with regards to externalresource,— Realise efficiencies through knowledge sharing and monitoring andmanagement of performance in terms of cost and quality.The framework will be divided into the following lots:Lot 1 - value stream 1: 1 000 GBP - 75 000 GBP electrical works.Lot 2 - value stream 1: 1 000 GBP- 75 000 GBP mechanical works.Lot 3 - value stream 1: 1 000 GBP- 75 000 GBP painting and decorating.Lot 4 - value stream 1: 1 000 GBP- 75 000 GBP flooring works.Lot 5 - value stream 1: 1000 GBP - 7 5000 GBP CCTV/fire alarms/security.Lot 6 - value stream 1: 1 000 GBP - 75 000 GBP landscaping inc.Play/sports.Lot 7 - value stream 1: 1 000 GBP - 75 000 GBP newbuild/extensions/refurbishment/minor works.Lot 8 - value stream 1: 1 000 GBP - 75 000 GBP asbestos removal.Lot 9 - value stream 2: 75 001 GBP - 500 000 GBP newbuild/extensions/refurbishment works.Lot 10 - value stream 3: 1 000 GBP - 500 000 GBP demolition works.Lot 11 - value stream 3: 1 000 GBP - 500 000 GBP heritage works.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For the

Page 80: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

avoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.II.1.6) Common procurement vocabulary (CPV)45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000,45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000,45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000,45440000, 45450000, 45500000, 45510000, 45520000, 37535200, 50500000,50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000,50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71421000,71500000, 71510000, 71520000, 77200000, 77210000, 77300000, 77310000,77320000, 77330000, 77340000, 90440000, 90450000, 90460000, 90650000,92522000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) LotsThis contract is divided into lots: yesTenders may be submitted for one or more lotsII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:The contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the eventthe contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 16 000 000 and 32 000 000 GBPII.2.2) Information about optionsOptions: yesDescription of these options: The option to extend for up to a further 12months (at the councils sole discretion). In the event the contract isextended any extension shall be on the same terms and conditions ofcontract as the original contract period.II.3) Duration of the contract or time limit for completionDuration in months: 36 (from the award of the contract)Information about lotsLot No: 1Lot title: Value Stream 1: 1 000 GBP - 75 000 GBP electrical works1) Short descriptionRepairs, maintenance, refurbishment and installation of electrical plant,materials and equipment.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual Lot of the framework who are

Page 81: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

capable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.2) Common procurement vocabulary (CPV)45000000, 45120000, 45230000, 45310000, 45320000, 45450000, 50600000,50610000, 50700000, 50710000, 50740000, 50750000, 50800000, 715000003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the eventthe contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 1 200 000 and 2 000 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)Lot No: 2Lot title: Value stream 1: 1 000 GBP - 75 000 GBP mechanical works1) Short descriptionRepairs, Maintenance, Refurbishment and installation of mechanical plant,materials and equipment.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.2) Common procurement vocabulary (CPV)45000000, 45120000, 45230000, 45240000, 45320000, 45330000, 45350000,45450000, 50500000, 50510000, 50530000, 50700000, 50710000, 50720000,50721000, 50730000, 50750000, 50760000, 50800000, 71500000, 90440000,90450000, 904600003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend for

Page 82: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

up to a further 12 months (at the councils sole discretion). In the eventthe contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 1 200 000 and 2 000 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)Lot No: 3Lot title: Value stream 1: 1 000 GBP - 75 000 GBP painting and decorating1) Short descriptionDecoration and re-decoration within new build and existing properties.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.2) Common procurement vocabulary (CPV)45000000, 45400000, 45440000, 45450000, 50800000, 715000003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the eventthe contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 240 000 and 400 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)Lot No: 4Lot title: Value stream 1: 1 000 GBP - 75 000 GBP flooring works1) Short descriptionLaying of new floor coverings within new build and existing properties.

Page 83: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.2) Common procurement vocabulary (CPV)45000000, 45400000, 45430000, 45450000, 50800000, 715000003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the eventthe contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 160 000 and 400 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)Lot No: 5Lot title: Value stream 1: 1 000 GBP - 75 000 GBP CCTV/firealarms/security1) Short descriptionRepairs, maintenance, refurbishment and installation of CCTV / fire alarmand security materials and equipment.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.2) Common procurement vocabulary (CPV)45000000, 50600000, 50610000, 50700000, 50800000, 715000003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the event

Page 84: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

the contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 160 000 and 400 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)5) Additional information about lotsPotential providers submitting responses for Lot 5 must be able to deliverall of the works required for the project, either themselves or throughtheir supply chain.Lot No: 6Lot title: Value stream 1: 1 000 GBP - 75 000 GBP landscaping inc.Play/sports1) Short descriptionHard and soft landscaping works including the supply and installation ofplay / sports equipment.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.2) Common procurement vocabulary (CPV)45000000, 45120000, 45340000, 37535200, 50800000, 71421000, 71500000,77200000, 77210000, 77300000, 77310000, 77320000, 77330000, 773400003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the eventthe contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 160 000 and 400 000 GBP4) Indication about different date for duration of contract or

Page 85: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

starting/completionDuration in months: 36 (from the award of the contract)5) Additional information about lotsPotential providers submitting responses for Lot 6 must be able to deliverall of the works required for the project, either themselves or throughtheir supply chain.Lot No: 7Lot title: Value stream 1: 1 000 GBP - 74 999 GBP newbuild/extensions/refurbishment/minor works1) Short descriptionRepairs, maintenance, refurbishment and new building works of a minornature.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.2) Common procurement vocabulary (CPV)45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000,45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000,45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000,45440000, 45450000, 45500000, 45510000, 45520000, 37535200, 50500000,50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000,50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71421000,71500000, 71510000, 71520000, 77200000, 77210000, 77300000, 77310000,77320000, 77330000, 77340000, 90440000, 90450000, 90460000, 906500003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the eventthe contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 1 400 000 and 2 800 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)5) Additional information about lotsPotential providers submitting responses for Lot 7 must be able to deliverall of the works required for the project, either themselves or through

Page 86: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

their supply chain.Lot No: 8Lot title: Value stream 1: 1 000 GBP - 75 000 GBP asbestos removal1) Short descriptionRemoval, disposal and certification of notifiable and non-notifiableasbestos containing materials.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual Lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.2) Common procurement vocabulary (CPV)45000000, 45110000, 45120000, 50800000, 71500000, 906500003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the eventthe contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 240 000 and 600 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)Lot No: 9Lot title: Value stream 2: 75 001 GBP - 500 000 GBP newbuild/extensions/refurbishment works1) Short descriptionRepairs, maintenance, refurbishment and new building works.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.

Page 87: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2) Common procurement vocabulary (CPV)45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000,45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000,45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000,45440000, 45450000, 45500000, 45520000, 45510000, 37535200, 50500000,50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000,50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71421000,71500000, 71510000, 71520000, 77200000, 77210000, 77300000, 77310000,77320000, 77330000, 77340000, 90440000, 90450000, 90460000, 906500003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the eventthe contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 10 000 000 and 20 000 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)5) Additional information about lotsPotential Providers submitting responses for lot 9 must be able to deliverall of the works required for the project, either themselves or throughtheir supply chain.Lot No: 10Lot title: Value stream 3: 1 000 GBP - 500 000 GBP demolition works1) Short descriptionDemolition of existing structures including recycling and disposal ofarisings.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual Lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.2) Common procurement vocabulary (CPV)45000000, 45100000, 45110000, 45120000, 45340000, 45500000, 45510000,45520000, 50800000, 715000003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the event

Page 88: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

the contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 240 000 and 400 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)Lot No: 11Lot title: Value stream 3: 1 000 GBP - 500 000 GBP heritage works1) Short descriptionRepairs, maintenance, refurbishment and new building works to listedheritage buildings.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.The Contracting Authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SME's). For theavoidance of doubt, the Contracting Authority points out that no weightwill be attached to whether or not an economic operator is an SME inselecting economic operators to submit tenders or in assessing the mosteconomically advantageous tender.2) Common procurement vocabulary (CPV)45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000,[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 89: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Sandbach: construction work PUBLISHED ON: 01/06/2012 DOCUMENT NUMBER: 172205-2012 Part 2 of 2 JOURNAL NUMBER: 103 SPECIFICATION DUE: DEADLINE: 09/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 1 - Public works contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 45000000, 45100000, 45110000, 45120000, 45200000, 45210000, 45220000, 45230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000, 45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000, 45440000, 45450000, 45500000, 45510000, 45520000, 37535200, 50500000, 50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000, 50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71421000, 71500000, 71510000, 71520000, 77200000, 77210000, 77300000, 77310000, 77320000, 77330000, 77340000, 90440000, 90450000, 90460000, 90650000, 92522000 Construction work, Site preparation work, Building demolition and wrecking work and earthmoving work, Test drilling and boring work, Works for complete or part construction and civil engineering work, Building construction work, Engineering works and construction works, Construction work for pipelines, communication and power lines, for, highways, roads, airfields and railways flatwork, Construction work for water projects, Construction works for plants, mining and manufacturing and for buildings, relating to the oil and gas industry, Roof works and other special trade construction works, Building installation work, Electrical installation work, Insulation work, Plumbing and sanitary works, Fencing, railing and safety equipment installation work, Mechanical installations, Building completion work, Plastering work, Joinery and carpentry installation work, Floor and wall covering work, Painting and glazing work, Other building completion work, Hire of construction and civil engineering machinery and equipment with, operator, Hire of cranes with operator, Hire of earthmoving equipment with operator, Playground equipment, Repair and maintenance services for pumps, valves, taps and metal, containers and machinery, Repair and maintenance services of pumps, valves, taps and metal, containers, Repair and maintenance services of machinery, Repair and maintenance services of security and defence materials, Repair and maintenance services of security equipment, Repair and maintenance services of building installations, Repair and maintenance services of electrical and mechanical building, installations, Repair and maintenance services of central heating, Commissioning of heating installations, Repair and maintenance services of cooler groups, Repair and maintenance services of escalators, Lift-maintenance services, Repair and maintenance of public conveniences, Miscellaneous repair and maintenance services, Landscape gardening services, Construction-related services, Site-investigation services, Construction supervision services, Forestry services, Logging services, Horticultural services, Planting and maintenance services of green areas, Sports fields maintenance services, Floral-display services, Tree pruning and hedge trimming, Treatment services of cesspools, Treatment services of septic tanks, Cesspool or septic tank emptying services, Asbestos removal services, Preservation

Page 90: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

services of historical sites and buildings AGENCY: CHESHIRE EAST BOROUGH COUNCIL COUNTRY: GB. LANGUAGE: EN

Part 2 of 245230000, 45240000, 45250000, 45260000, 45300000, 45310000, 45320000,45330000, 45340000, 45350000, 45400000, 45410000, 45420000, 45430000,45440000, 45450000, 45500000, 45510000, 45520000, 37535200, 50500000,50510000, 50530000, 50600000, 50610000, 50700000, 50710000, 50720000,50721000, 50730000, 50740000, 50750000, 50760000, 50800000, 71500000,71510000, 71520000, 77200000, 77210000, 77300000, 77310000, 77320000,77330000, 77340000, 90440000, 90450000, 90460000, 90650000, 92522000,714210003) Quantity or scopeThe contract will be for a period of 3 years with the option to extend forup to a further 12 months (at the councils sole discretion). In the eventthe contract is extended any extension shall be on the same terms andconditions of contract as the original contract period.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.Estimated value excluding VAT:Range: between 1 000 000 and 2 600 000 GBP4) Indication about different date for duration of contract orstarting/completionDuration in months: 36 (from the award of the contract)5) Additional information about lotsPotential providers submitting responses for Lot 11 must be able todeliver all of the works required for the project, either themselves orthrough their supply chain.Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:As detailed in the documents - independent financial appraisals will beused to assess companies financial standing.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:As detailed in the ITT documents.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:No special legal form is required by the grouping of providers but eachprovider will be required to become jointly or severally responsible forthe contract before acceptance.In the case of consortium bids, the contracting authority reserves theright to require any consortium the authority awards a contract to, if itis justified for the satisfactory performance of the contract, to name alead partner with whom it can contract, or alternatively, to form a singlelegal entity before entering into, or as a term of, the contract.

Page 91: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Any supplier may be disqualified who:(a) Is bankrupt or is being wound up, where his affairs are beingadministered by the court, where he has entered into an arrangement withcreditors, where he has suspended business activities or is in anyanalogous situation arising from a similar procedure under national lawsand regulations;(b) Is the subject of proceedings for a declaration of bankruptcy, for anorder compulsory winding up the administration by the court or of anarrangement with creditors or of any other similar proceedings undernational laws and regulations;(c) Has been convicted by a judgment which has the force of res judicatain accordance with the legal provisions of the country of any offenceconcerning his professional conduct;(d) Has been guilty of grave professional misconduct proven by any meanswhich the contract authorities can demonstrate;(e) Has not fulfilled obligations relating to the payment of socialsecurity contributions in accordance with the legal provisions of thecountry in which he is established or with those of the country of thecontracting authority;(f) Has not fulfilled obligations relating to the payment of taxes inaccordance with the legal provisions of the country in which he isestablished or with those of the country of the contracting authority;(g) Is guilty of serious misrepresentation in supplying the informationrequired under this Section or has not supplied such information;(h) Has been the subject of a conviction for participation in a criminalorganization, as defined in Article 2(1) of Council Joint Action98/733/JHA;(i) Has been the subject of a conviction for corruption, as defined inArticle 3 of the Council Act of 26.5.1972 and Article 3(1) of CouncilJoint Action 98/742/JHA3 respectively;(j) Has been the subject of a conviction for fraud within the meaning ofArticle 1 of the Convention relating to the protection of the financialinterests of the European Communities;(k) Has been the subject of a conviction for money laundering, as definedin Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention ofthe use of the financial system for the purpose of money laundering.Information and formalities necessary for evaluating if requirements aremet:As detailed in the PQQ documents.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: As detailed in the PQQ documents.Minimum level(s) of standards possibly required: As detailed in the PQQdocuments.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:

Page 92: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

As detailed in the PQQ documents.Minimum level(s) of standards possibly required:As detailed in the PQQ documents.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateObjective criteria for choosing the limited number of candidates: TheCouncil intends to invite the top scoring 10 applicants for each Lot toITT stage provided they have passed all pass/fail sections and achieved aminimum score of 50 %.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:NWCE-8T9BVKIV.3.4) Time limit for receipt of tenders or requests to participate9.7.2012 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.3) Additional informationThe Council intends to invite the top scoring 10 applicants for each Lotto ITT stage provided they have passed all pass/fail sections and achieveda minimum score of 50 %.Call-offs from the framework will be conducted by reopening competitionwith all operators within the individual Lot of the framework who arecapable of meeting the particular need.The call-off criteria for the further competitions will be outlined in thetender documents.Any orders placed under this Framework will form a separate contract underthe scope of this framework.In order to participate, suppliers must register, complete and uploadcompleted PQQ documentation and submit this via the Chest athttp://www.thechest.nwce.gov.uk - the project reference on The Chest isNWCE-8T9BVK - the time limit for returning the completed PQQ submission is9.7.2012 at 12 noon.The values given in this notice are only estimations and take into accountthe extension option and are indicative of existing usage plus areasonable estimated value of potential future uptake.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period - any expenditure, work or effort

Page 93: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

undertaken prior to contract award is accordingly a matter solely for thecommercial judgement of potential providers.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresThe Royal Courts of JusticeThe StrandWC2A 2LL LondonUNITED KINGDOMTelephone: +44 2079476000Body responsible for mediation proceduresThe Royal Courts of JusticeThe StrandWC2A 2LL LondonUNITED KINGDOMTelephone: +44 2079476000VI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The ContractingAuthority will incorporate a minimum 10 calendar day standstill period (or15 days where non-electronic or fax methods are used) at the point that anaward decision notice is communicated to tenderers. The award decisionnotice wiLL SPEcify the criteria for the award of the contract / frameworkagreement, the reasons for the decision, including the characteristics andrelative advantages, the name and score of the successful tender; and willspecify when the standstill period is expected to end or the date beforewhich the Contracting Authority will not conclude the contract/frameworkagreement.If an appeal regarding the award of a contract / framework agreement hasnot been successfully resolved, the Public Contracts (Amendment)Regulations 2009 provide for aggrieved parties who have been harmed or areat risk of a breach of the rules to take action in the High Court(England, Wales and Northern Ireland).Any such action must be brought promptly (generally within 3 months). TheCourt may order the setting aside of the award decision or may order theContracting Authority to amend any document and may award damages.If a framework agreement has been entered into the Court may make adeclaration of ineffectiveness or may order that the duration of anyrelevant specific contract be shortened and additionally may awarddamages. The time limit for seeking such a declaration is generally 30days from notification of the award (either by award decision notificationor contract award notice depending upon the circumstances) or otherwise 6months.VI.4.3) Service from which information about the lodging of appeals maybe obtainedThe Royal Courts of JusticeThe StrandWC2A 2LL LondonUNITED KINGDOMTelephone: +44 2079476000VI.5) Date of dispatch of this notice:29.5.2012

Page 94: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 95: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Stoke-on-Trent: slag, dross, ferrous waste and scrap PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168515-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: 16/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 14630000 Slag, dross, ferrous waste and scrap AGENCY: STOKE-ON-TRENT CITY COUNCIL COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Stoke-on-Trent City CouncilCorporate Purchasing and Contracts Unit, Civic Centre, Floor 1, GlebeStreetST4 1HH Stoke-on-TrentUNITED KINGDOMTelephone: +44 17822323751Fax: +44 1782232217Internet address(es):General address of the contracting authority: www.stoke.gov.ukAddress of the buyer profile: www.stoke.gov.ukElectronic access to information: www.wmcoe.bravo.co.ukElectronic submission of tenders and requests to participate:www.wmcoe.bravo.co.ukFurther information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityRegional or local authorityI.3) Main activityEnvironmentI.4) Contract award on behalf of other contracting authorities

Page 96: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

The contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Road sweeping waste collection, disposal and recycle service.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesNUTS code UKG23II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Slag, dross, ferrous waste and scrap. To provide a collection, disposaland recycling service from the council's waste transfer station(Weighbridge Site Depot) located at Cromer Road, Northwood,Stoke-on-Trent. ST1 6QN of materials from the cleansing of footpaths androads.II.1.6) Common procurement vocabulary (CPV)14630000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: yesIn the case of renewable supplies or service contracts, estimatedtimeframe for subsequent contracts:in months: 12 (from the award of the contract)II.3) Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: The Authority will apply all the offences listed in Article 45(1)of Directive 2004/18/EC (implemented as Regulation 23(1) of the PublicContract Regulations (PCR) 2006 in the UK) and all of the professionalmisconducts listed at Article 45(2) of Directive 2004/18/EC (see also

Page 97: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Regulation 23(2) in the PCR 2006) to the decision of whether a Candidateis eligible to be invited to tender.A full list of the Regulation 23(1) and 23(2) criteria are athttp://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.Candidates will be required to answer these questions as part of thequalification process. For candidates who are registered overseas, youwill need to declare if you have any offences/misconduct under your owncountries laws, where these laws are equivalent to the Regulation 23lists.Candidates who have been convicted of any of the offences under Article45(1) are ineligible and will not be selected to bid, unless there areoverriding requirements in the general interest for doing so.Candidates who are guilty of any of the offences, circumstances ormisconduct under Article 45(2) may be excluded from being selected to bidat the discretion of the Authority.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: (c) A statement of the undertaking's overall turnover and, whereappropriate, of turnover in the area covered by the contract for a maximumof the last three financial years available, depending on the date onwhich the undertaking was set up or the economic operator started trading,as far as the information on these turnovers is available.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:(g) For public works contracts and public services contracts, and only inappropriate cases, an indication of the environmental management measuresthat the economic operator will be able to apply when performing thecontract.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:CR2012/309*IV.3.2) Previous publication(s) concerning the same contractno

Page 98: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

IV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentPayable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate16.7.2012 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.8) Conditions for opening tendersPersons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: yesEstimated timing for further notices to be published: 2 yearsVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationThe contracting authority considers that this contract may be suitable foreconomic operators that are small or medium enterprises (SMEs). However,any selection of tenderers will be based solely on the criteria set outfor the procurement, and the contract will be awarded on the basis of themost economically advantageous tender. GO Reference:GO-2012524-PRO-3948493.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresStoke-on-Trent City CouncilCorporate Purchasing and Contracts Unit, Civic Centre, Floor 1, GlebeStreetST4 1HH Stoke-on-TrentUNITED KINGDOMTelephone: +44 1782232375Internet address: www.stoke.gov.ukBody responsible for mediation proceduresStoke-on-Trent City CouncilCorporate Procurement, Civic Centre, Flor 1, Gleeb StreetST4 1HH Stoke-on-TrentUNITED KINGDOME-mail: [email protected]: +44 1782232375Internet address: www.stoke.gov.ukFax: +44 1782232375VI.4.3) Service from which information about the lodging of appeals maybe obtainedStoke-on-Trent City CouncilCorporate Purchasing and Contracts Unit, Civic Centre, Floor 1, GlebeStreetST4 1HH Stoke-on-TrentUNITED KINGDOMTelephone: +44 1782232375Fax: +44 1782232375

Page 99: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

VI.5) Date of dispatch of this notice:24.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 100: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Theale: clinical-waste disposal services PUBLISHED ON: 01/06/2012 DOCUMENT NUMBER: 172745-2012 JOURNAL NUMBER: 103 SPECIFICATION DUE: DEADLINE: 29/06/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 8 - Other TYPE OF BID: 1 - Submission for all lots CRITERIA: Z - new value CPV CODE(S): 90524200, 90510000, 90524400, 90524100 Clinical-waste disposal services, Refuse disposal and treatment, Collection, transport and disposal of hospital waste, Clinical-waste collection services AGENCY: BERKSHIRE HEALTHCARE NHS FOUNDATION TRUST COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Berkshire Healthcare NHS Foundation TrustC/O Procurement Department, Berkshire Shared Services, Unit 7, Ely RoadFor the attention of: Tim ShannonRG7 4BQ ThealeUNITED KINGDOMTelephone: +44 1189167965E-mail: [email protected]: +44 1189167972Further information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityOther: NHS TrustI.3) Main activityHealthSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Clinical waste collection & disposal/treatment services.II.1.2) Type of contract and location of works, place of delivery or of

Page 101: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

performanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance:Berkshire, Buckinghamshire, & Oxfordshire.NUTS code UKJ1II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with a single operatorDuration of the framework agreementDuration in years: 3Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT: 8 100 000 GBPII.1.5) Short description of the contract or purchase(s)Medical waste services for community hospitals, GP surgery sites,community pharmacies, and other NHS sites in Berkshire, Buckinghamshire,and Oxfordshire. It covers the collection and disposal of: (1) clinicaland sharps waste; (2) sanitary waste; (3) confidential waste; and (4)waste pharmaceuticals (including controlled drugs). This will include theprovision of consumables (clinical waste bags, sharps boxes etc.) to themajority of sites (this element will not be split out of the framework).Providers must be able to cover all these services (the framework will beawarded to one provider).The service will cover the following organisations or their successororganisations (to whom the framework will be novated): BerkshireHealthcare NHS Foundation Trust and via Thames Valley Primary care Agency- Berkshire East PCT, Berkshire West PCT, Buckinghamshire PCT, MiltonKeynes PCT, and Oxfordshire PCT.II.1.6) Common procurement vocabulary (CPV)90524200, 90510000, 90524400, 90524100II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.2) Information about optionsOptions: yesDescription of these options: An option to extend for a further 12 months.Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:We reserve the right to require deposits and guarantees.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registers

Page 102: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Information and formalities necessary for evaluating if the requirementsare met: To download a PQQ Register your company on the eSourcing portal(this is only required once):— Browse to the ESourcing Portal:https://bss.bravosolution.co.uk/web_bss/login.shtml and click the link toregister,— Accept the terms and conditions and click "Continue",— Enter your correct business and user details,— Note the username you chose and click "Save" when complete,— You will shortly receive an e-mail with your unique password (pleasekeep secure).Login to the portal with the username/password:— Click the "PQQ/ITTs open to all suppliers" link (these arepre-qualification questionnaires or tenders open to any registeredsuppliers),— Click on the relevant PQQ/ITT to access the content,— Click the "Express Interest" button in the "Actions" box on theleft-hand side of the page.This will move the PQQ into your My PQQ/My ITTs page (this is a securearea reserved for your projects only),— You can now access any of the attachments by clicking the "Settings andBuyer Attachment" in the "Actions" box.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: See III.2.1.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:See III.2.1.Section IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 5: and maximum number 8IV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:BSS 0383IV.3.4) Time limit for receipt of tenders or requests to participate29.6.2012 - 10:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates3.8.2012IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.3) Additional informationThe Contracting Authority intends to use an eTendering system in thisprocurement exercise and reserves the right to use a reverse auction.

Page 103: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

VI.5) Date of dispatch of this notice:29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 104: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Welwyn Garden City: refuse recycling services PUBLISHED ON: 02/06/2012 DOCUMENT NUMBER: 173738-2012 JOURNAL NUMBER: 104 SPECIFICATION DUE: 13/07/2012 DEADLINE: 16/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 2 - Supply contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 1 - Lowest price CPV CODE(S): 90514000 Refuse recycling services AGENCY: WELWYN HATFIELD BOROUGH COUNCIL COUNTRY: GB. LANGUAGE: EN

Contract noticeSuppliesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Welwyn Hatfield Borough CouncilThe CampusContact point(s): ProcurementFor the attention of: Andrew HarperAL8 6AE Welwyn Garden CityUNITED KINGDOMTelephone: +44 1707357371E-mail: [email protected] information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: The above mentionedcontact point(s)I.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesDacorum BCCivic Centre, MarlowesHP1 1HH Hemel Hempstead

Page 105: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

UNITED KINGDOMEast Herts District CouncilThe Council Offices, Charringtons HouseCM23 2ER Bishop's StortfordUNITED KINGDOMNorth Hertfordshire District CouncilCouncil Office, Gernon RoadSG6 3JF LetchworthUNITED KINGDOMStevenage Borough CouncilDaneshii House, DanestreteSG1 1HN StevenageUNITED KINGDOMHertfordshire County CouncilCounty Hall, Pegs LaneSG13 8DQ HertfordUNITED KINGDOMChelmsford Borough CouncilDuke StreetCM1 1JE ChelmsfordUNITED KINGDOMBroxbourne Borough CouncilBishops' College, ChurchgateEN8 9XQ CheshuntUNITED KINGDOMHertsmere Borough CouncilCivic Offices, Elstree WayWD6 1WA BorehamwoodUNITED KINGDOMSt Albans City and District CouncilCivic Centre, St Peters StreetAL1 3JE St AlbansUNITED KINGDOMWatford Borough CouncilHempstead Road, Town HallWD17 3EX WatfordUNITED KINGDOMThree Rivers District CouncilThree Rivers House, NorthwayWD3 1RL RickmansworthUNITED KINGDOMSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Sale of Recovered Paper.II.1.2) Type of contract and location of works, place of delivery or ofperformanceSuppliesA combination of theseNUTS code UKH23II.1.3) Information about a public contract, a framework agreement or a

Page 106: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

dynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with a single operatorDuration of the framework agreementDuration in years: 2Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT: 8 000 000 GBPII.1.5) Short description of the contract or purchase(s)Refuse recycling services. Sale of Recovered paper.II.1.6) Common procurement vocabulary (CPV)90514000II.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:Welwyn Hatfield Borough Council (The Council) is acting as the LeadAuthority for the sale of Recovered Newspapers and Magazines from Councilswithin the Hertfordshire Waste Partnership (HWP) and Chelmsford BoroughCouncil. The following Partners have guaranteed that all their recoveredNewspapers and Magazines will be sold through this contract,1.1 Dacorum1.2 East Herts1.3 North Herts1.4 Stevenage1.5 Welwyn Hatfield1.6 Herts County Council1.7 Chelmsford Borough CouncilIn addition the following members of the HWP may also join the contractduring the initial term of the contract period (until 30th November 2014)with one months notice, and will receive the same income as thoseguaranteeing volume,2.1 Broxbourne2.2 Hertsmere BC2.3 St Albans2.4 Watford2.5 Three RiversII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: yesNumber of possible renewals: 2In the case of renewable supplies or service contracts, estimatedtimeframe for subsequent contracts:in months: 12 (from the award of the contract)II.3) Duration of the contract or time limit for completionStarting 3.12.2012. Completion 30.11.2014Section III: Legal, economic, financial and technical information

Page 107: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

III.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:A 10 % performance bond or parent company guarantee will be required.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:As contained within the tender documents.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:As contained within the tender documents.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: As contained within the tenderdocuments.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: The Authority will apply all the offences listed in Article 45(1)of Directive 2004/18/EC (implemented as Regulation 23(1) of the PublicContract Regulations (PCR) 2006 in the UK) and all of the professionalmisconducts listed at Article 45(2) of Directive 2004/18/EC (see alsoRegulation 23(2) in the PCR 2006) to the decision of whether a Candidateis eligible to be invited to tender.A full list of the Regulation 23(1) and 23(2) criteria are athttp://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.Candidates will be required to answer these questions as part of thequalification process. For candidates who are registered overseas, youwill need to declare if you have any offences/misconduct under your owncountries laws, where these laws are equivalent to the Regulation 23lists.Candidates who have been convicted of any of the offences under Article45(1) are ineligible and will not be selected to bid, unless there areoverriding requirements in the general interest for doing so.Candidates who are guilty of any of the offences, circumstances ormisconduct under Article 45(2) may be excluded from being selected to bidat the discretion of the Authority.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: (a) Appropriate statements from banks or, where appropriate,evidence of relevant professional risk indemnity insurance(b) The presentation of balance-sheets or extracts from thebalance-sheets, where publication of the balance-sheet is required underthe law of the country in which the economic operator is established(c) A statement of the undertaking's overall turnover and, whereappropriate, of turnover in the area covered by the contract for a maximumof the last three financial years available, depending on the date onwhich the undertaking was set up or the economic operator started trading,as far as the information on these turnovers is availableAs contained within the tender documents.Section IV: ProcedureIV.1) Type of procedure

Page 108: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

IV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaLowest priceIV.2.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction: The Auction will be runby the Government Procurement Services. Full details will be includedwithin the tender documents.IV.3) Administrative informationIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 13.7.2012 - 17:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate16.7.2012 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderin days: 90 (from the date stated for receipt of tender)IV.3.8) Conditions for opening tendersDate: 16.7.2012 - 17:00Place:Welwyn Garden City.Persons authorised to be present at the opening of tenders: noSection VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationWelwyn Hatfield Borough Council has moved to a new way of e-Tendering andworked closely with the County, other Districts and Partners to create ajoint procurement website called Supply Hertfordshire. This website issupported by BiP Solutions who provide a system called Delta-ets which isthe background platform to Supply Hertfordshire.Step 1: Registering with Supply Hertfordshire.To participate in this tender you will need to go intohttp://supplyhertfordshire.g2b.info/hpf/ and register, thereafter you willbe issued with a Username and Password. (If you have already registeredwith Delta-ets or Supply Hertfordshire, please follow the link above whereyou can log on using your existing username and password. If you haveregistered and have forgotten your Username and Password, please click onthe forgotten password link below the log in box.) Please keep thisUsername and Password secure, and do not pass it to any third parties.Step 2: Completing your Tender.

Page 109: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

To complete the Tender you will need to go into the Tenderbox area andenter the Tender Access Code MBQG75S594 You will then need to download therelevant Tender and complete. Please complete the information as fully aspossible.Step 3: Uploading Your Completed PQQ.Once you have completed your Tender you must then “upload” your completedresponse in to the Tenderbox (Tender Access Code MBQG75S594) no later thannoon on Monday 16th July 2012.Please make sure you have submitted your completed Tender to the correctTender Access Code, the Council will not be held accountable for anyerrors made by a tenderer in submitting your completed Tender.If you are experiencing problems, please contact the Delta helpdesk viaemail at [email protected] or call 0845 270 7050 Mondayto Friday 9am – 5pm for further assistance. GO Reference:GO-2012531-PRO-3962333.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresWelwyn Hatfield Borough CouncilThe CampusAL8 6AE Welwyn Garden CityUNITED KINGDOMTelephone: +44 1707357371VI.5) Date of dispatch of this notice:31.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 110: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-West Malling: refuse recycling services PUBLISHED ON: 02/06/2012 DOCUMENT NUMBER: 173953-2012 JOURNAL NUMBER: 104 SPECIFICATION DUE: 13/07/2012 DEADLINE: 13/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90514000 Refuse recycling services AGENCY: TONBRIDGE & MALLING BOROUGH COUNCIL COUNTRY: GB. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Tonbridge & Malling Borough CouncilGibson Building, Gibson DriveContact point(s): Procurement team at Dartford Borough CouncilFor the attention of: ProcurementME19 4LZ West MallingUNITED KINGDOMTelephone: +44 1322343315E-mail: [email protected]: +44 1322343958Internet address(es):General address of the contracting authority: http://www.tmbc.gov.ukElectronic access to information:http://www.businessportal.southeastiep.gov.ukElectronic submission of tenders and requests to participate:http://www.businessportal.southeastiep.gov.ukFurther information can be obtained from: Procurement Team at DartfordBorough CouncilDartford Borough Council, Civic Centre, Home Gardens, KentContact point(s): Procurement Team at Dartford Borough CouncilFor the attention of: The Procurement TeamDA1 1DR DartfordUNITED KINGDOMTelephone: +44 1322343315E-mail: [email protected]: +44 1322343958

Page 111: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Internet address: http://www.dartford.gov.ukSpecifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: South East Business PortalDartford Borough Council, Civic Centre, Home Gardens, KentDA1 1DR DartfordUNITED KINGDOME-mail: [email protected] address: http://www.businessportal.southeastiep.gov.ukTenders or requests to participate must be sent to: South East BusinessPortalDartford Borough Council, Civic Centre, Home Gardens, KentDA1 1DR DartfordUNITED KINGDOME-mail: [email protected] address: http://www.businessportal.southeastiep.gov.ukI.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Recycling collection services 2013-19.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance:Throughout the borough of Tonbridge and Malling.NUTS code UKJII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)The Council is looking for a single supplier to provide recyclingcollection services from domestic premises throughout the borough ofTonbridge and Malling comprising of a fortnightly kerbside collection ofplastic containers and glass bottles from domestic households and aseparate kitchen waste collection service on the other week on afortnightly basis. These services are required to bridge a gap in therecycling services in the Council's existing refuse and recyclingcollection contract.II.1.6) Common procurement vocabulary (CPV)90514000II.1.8) LotsThis contract is divided into lots: no

Page 112: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:TMBC collects refuse and recycling from approximately 49 700 propertiesusing an alternating weekly collection system. TMBC wishes to award acontract for the provision of new kerbside recycling collections acrossthe whole of the borough. The new services are a fortnightly collection ofplastic containers and glass bottles and an additional fortnightlycollection of separate kitchen waste. TMBC intends to provide anadditional recycling box and two caddies for each residential property inthe borough. Provision has been made with Kent County Council, as theWaste Disposal Authority, to dispose of kitchen waste at Blaise FarmIn-Vessel Composting Unit, West Malling. TMBC will require the successfulcontractor to provide for the outletting of glass and plastic with incomefrom the sale of materials being kept by TMBC.Estimated value excluding VAT: 3 000 000,00 GBPII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionStarting 8.4.2013. Completion 28.2.2019Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.1) Deposits and guarantees required:A performance bond of ten percent (10 %) of the Annual Contract Sum may berequired to be put in place and maintained throughout the term of theContract by the successful Supplier.III.1.2) Main financing conditions and payment arrangements and/orreference to the relevant provisions governing them:Annual contract sum to be paid to the successful supplier in 12 equalinstalments in arrears as more fully described in the Conditions ofContract.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:Joint and Several.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: yesDescription of particular conditions: The successful supplier shall havein place, for the duration of the Contract to be awarded, public liabilityand employers liability insurance to a minimum value of 10 000 000 GBPeach.It will also undertake to have in place an accredited quality system whichcomplies with ISO 9001 2000 within 12 months of contract commencement.The conditions of contract which will apply to the contract contain socialand environmental conditions for compliance with the Workforce MattersCode and the Equality Act 2010.The conditions of contract will be included with the invitation to tender.III.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirements

Page 113: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: Any supplier may be disqualified if they:(a) Are bankrupt or are being wound up, or whose affairs are beingadministered by the court, or who has entered into an arrangement withcreditors or who is in any analogous situation arising from a similarprocedure under national laws and regulations;(b) Are the subject of proceedings for a declaration of bankruptcy, for anorder for compulsory winding up or administration by the court or for anarrangement with creditors or are the subject of any similar proceedingsunder national laws or regulation;(c) Has been guilty of grave professional midconduct proven by any meanswhich the contracting authority can justify;(d) Are guilty of serious misrepresentation in supplying the informationrequired under the provisions of the Directive or the criteria forqualitative selection.The supplier is required to fill in a pre-qualification questionnaire.III.2.2) Economic and financial abilityInformation and formalities necessary for evaluating if the requirementsare met: Details are set out in the pre-qualification questionnaire andinclude:(a) A signed copy of the most recent audited accounts that cover the last2 years for the supplier (not an extract).(b) A statement of the Supplier's turnover, Profit and Loss and cash flowposition for the most recent full year of trading (or part year if thefull year details are not available) and an end period Balance Sheet wherethis information is not available in an audited form at (a).(c) Where the information at (b) cannot be provided, a statement of theSupplier's cash flow forecast for the current year and a bank letteroutlining the current cash and credit facility position. Full set ofstandards are set out in the pre-qualification questionnaire.Minimum level(s) of standards possibly required: Suppliers must be able todemonstrate financial stability.Suppliers should also be able to demonstrate the availablity of financialresources appropriate to such an undertaking allowing for its value andduration.They should be able to provide public and employers liability insurance at10 000 000 GBP for each.Full details of standard are set out in the pre qualificationquestionnaire.III.2.3) Technical capacityInformation and formalities necessary for evaluating if the requirementsare met:(a) Suppliers to provide a list of the principle service deliverieseffected in the last 3 years with the sums, date and recipients (public orprivate) involved. In the case of public contracting authorities evidenceto be in the form of a certificate issued or countersigned by thecompetent authority, in the case of private purchasers delivery to becertified by the purchaser.[(b) indication of the technicians or technical bodies involved whether ornot belonging directly to the Supplier's firm, especially those

Page 114: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

responsible for quality control.].[(c) certificates drawn up by official quality control institutes oragencies of recognised competence attesting conformity to certainspecifications or standard of products clearly identified by reference tospecification or standards.].(d) Suppliers will be required to dislose any formal enforcement actionfor contravention of any Health and Safety legislation in the country inwhich they are established during the last 3 years and to demonstratetheir commitment to Health and Safety.Information requested will be as set out in pre-qualificationquestionnaire.Minimum level(s) of standards possibly required:Information requested will be as set out in pre-qualificationquestionnaire.III.3) Conditions specific to services contractsIII.3.1) Information about a particular professionExecution of the service is reserved to a particular profession: noIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged minimum number 5: and maximum number 7Objective criteria for choosing the limited number of candidates: Asstated in the pre-qualification questionnaire.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:DNWA-8UTGVNIV.3.2) Previous publication(s) concerning the same contractnoIV.3.3) Conditions for obtaining specifications and additional documentsor descriptive documentTime limit for receipt of requests for documents or for accessingdocuments: 13.7.2012 - 12:00Payable documents: noIV.3.4) Time limit for receipt of tenders or requests to participate13.7.2012 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate toselected candidates26.7.2012

Page 115: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.Section VI: Complementary informationVI.1) Information about recurrenceThis is a recurrent procurement: noVI.2) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Additional informationTonbridge and Malling Borough Council reserves the right not to award anycontract as a result of this notice and will not be responsible for thecosts of any suppliers who have requested to participate in theprocurement process or who have been invited to submit a tender.All expressions of interest must be made via the South East BusinessPortal - www.businessportal.southeastiep.gov.uk.The opportunity is listed under Dartford Borough Council who are managingthe procurement process on behalf of Tonbridge and Malling BoroughCouncil.If you are not registered on the South East Business Portal you will needto register to express your interest.The link to access the PQQ will be sent via e-mail once you have expressedyour interest.The deadline for expression of interest and completion of the PQQ is12:00:00 Friday 13.7.2012.The expected deadline for receipt of tenders for those who may be invitedto tender is currently 12:00:00 Thursday 6th September 2012. This datewill be confirmed in the invitation to tender which will be sent out tothose who are selected to tender.VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresRoyal Courts of JusticeRoyal Courts of Justice The StrandWC2A 2LL LondonUNITED KINGDOMTelephone: +44 2079476000Body responsible for mediation proceduresRoyal Courts of JusticeRoyal Courts of Justice The StrandWC2A 2LL LondonUNITED KINGDOMTelephone: +44 2079476000VI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Tonbridge andMalling Borough Council shall comply with the requirements.Of regulations 29A and 32 of the Public Contracts Regulations 2006 asamended.To include the requirements of the Remedies Directive (2007/66/EC) whennotifying eonomic operators of the procurement outcome.VI.4.3) Service from which information about the lodging of appeals maybe obtained

Page 116: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Office of Government Commerce1 Horse Guards RoadSW1A 2HQ LondonUNITED KINGDOMTelephone: +44 8450004999VI.5) Date of dispatch of this notice:31.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 117: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: IRL-Dublin: refuse and waste related services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168463-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: 06/07/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90500000 Refuse and waste related services AGENCY: DEFENCE FORCES IRELAND COUNTRY: IE. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Defence Forces IrelandMcKee Barracks, Blackhorse Ave.Contact point(s): Accommodation & Barrack ServicesFor the attention of: Directorate of EngineeringDublin 7IRELANDTelephone: +353 18042882Internet address(es):General address of the contracting authority: www.military.ieAddress of the buyer profile:http://www.etenders.gov.ie/search/Search_AuthProfile.aspx?ID=AA01746Further information can be obtained from: Defence Forces IrelandMcKee Barracks, Blackhorse Ave.Contact point(s): Accommodation & Barrack ServicesFor the attention of: Directorate of EngineeringDublin 7.IRELANDTelephone: +353 18042882Internet address: www.military.ieSpecifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: Defence Forces IrelandMcKee Barracks, Blackhorse Ave.Contact point(s): Accommodation & Barrack ServicesFor the attention of: Directorate of Engineering

Page 118: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Dublin 7.IRELANDTelephone: +353 18042882Internet address: www.military.ieTenders or requests to participate must be sent to: Defence Forces IrelandMcKee Barracks, Blackhorse Ave.Contact point(s): Accommodation & Barrack ServicesFor the attention of: Directorate of EngineeringDublin 7.IRELANDTelephone: +353 18042882Internet address: www.military.ieI.2) Type of the contracting authorityMinistry or any other national or federal authority, including theirregional or local sub-divisionsI.3) Main activityDefenceI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Supply of Waste Disposal Services to the Irish Defence Forces.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance:Country Wide.NUTS code IEII.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves a public contractII.1.5) Short description of the contract or purchase(s)Supply Waste Disposal Services to various military installationsthroughout the country.Note: To register your interest in this notice and obtain any additionalinformation please visit the eTenders Web Site athttp://www.etenders.gov.ie/Search/Search_Switch.aspx?ID=435372.II.1.6) Common procurement vocabulary (CPV)90500000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:

Page 119: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

As per RFT.II.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authority:BS/TEN/12/011IV.3.4) Time limit for receipt of tenders or requests to participate6.7.2012 - 12:00IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish.IV.3.7) Minimum time frame during which the tenderer must maintain thetenderDuration in months: 2 (from the date stated for receipt of tender)Section VI: Complementary informationVI.3) Additional information(ET Ref:435372).VI.5) Date of dispatch of this notice:24.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 120: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: IRL-Johnstown: architectural, construction, engineering and inspection services PUBLISHED ON: 01/06/2012 DOCUMENT NUMBER: 172717-2012 JOURNAL NUMBER: 103 SPECIFICATION DUE: DEADLINE: 28/06/2012 TYPE OF DOCUMENT: 3 - Invitation to tender NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: N - National or federal Agency/Office TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 71000000, 71313000 Architectural, construction, engineering and inspection services, Environmental engineering consultancy services AGENCY: ENVIRONMENTAL PROTECTION AGENCY COUNTRY: IE. LANGUAGE: EN

Contract noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Environmental Protection AgencyHeadquarters, PO Box 3000 WexfordContact point(s): Castle EstateFor the attention of: Procurement DepartmentJohnstownIRELANDTelephone: +353 539160600Fax: +353 539160699Internet address(es):General address of the contracting authority: http://www.epa.ieAddress of the buyer profile:http://www.etenders.gov.ie/search/Search_AuthProfile.aspx?ID=AA01535Further information can be obtained from: The above mentioned contactpoint(s)Specifications and additional documents (including documents forcompetitive dialogue and a dynamic purchasing system) can be obtainedfrom: The above mentioned contact point(s)Tenders or requests to participate must be sent to: Achilles ProcurementServices Ltd1 Harmsworth, Greenmount Office ParkFor the attention of: Kerdiffstown Procurement AdministratorDublin 6W Harold's CrossIRELANDTelephone: +353 14020114

Page 121: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

I.2) Type of the contracting authorityNational or federal agency/officeI.3) Main activityEnvironmentI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract by the contracting authority:Kerdiffstown landfill remediation project - environmental consultancyservices.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 12: Architectural services; engineering services andintegrated engineering services; urban planning and landscape engineeringservices; related scientific and technical consulting services; technicaltesting and analysis servicesMain site or location of works, place of delivery or of performance:Kerdiffstown, Naas, Co. Kildare.NUTS code IE022II.1.3) Information about a public contract, a framework agreement or adynamic purchasing system (DPS)The notice involves the establishment of a framework agreementII.1.4) Information on framework agreementFramework agreement with a single operatorDuration of the framework agreementDuration in years: 6Justification for a framework agreement, the duration of which exceedsfour years: The strategic and ongoing nature of the Kerdiffstownremediation project, coupled with the significance and likely duration ofthe work involved, dictates that a framework agreement of 6 years isjustified in this instance.Estimated total value of purchases for the entire duration of theframework agreementEstimated value excluding VAT:Range: between 600 000 and 2 500 000 EURII.1.5) Short description of the contract or purchase(s)The landfill and waste facility at Kerdiffstown has closed and is nowundergoing the early stages of a clean-up or "remediation" process. TheEnvironmental Protection Agency (EPA) is using powers under the WasteManagement Act 1996 (as amended) to restore the site and put in placeappropriate aftercare measures to prevent and limit pollution from thematerials on the site.The site consisted of an extensive recycling facility, now partlydismantled, an authorised lined landfill that had been partially filledwith waste and a large area in which substantial quantities of waste havebeen deposited. The 30 hectare site is in a rural location and is boundedby agricultural land, a golf course, a country estate, residentialproperties and a minor road. Conditions on the site are hazardous and

Page 122: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

strict safety measures will apply.The Environmental Protection Agency wishes to engage in a competitiveprocess in order to establish a single-party framework agreement for theprovision of multi-disciplinary environmental consultancy team, comprisingthe following individuals:— Site / environmental engineer,— Environmental engineer,— Civil engineer,— Waste advisor / waste specialist,— Geotechnical engineer,— Hydrologist,— Hydrogeologist,— Noise specialist,— Air quality specialist,— Waste advisor / waste specialist with certificate in waste management,— Landscaping consultant,— Archaeologist,— Planning and environmental impact assessment specialist,— PSDP.Note: To register your interest in this notice and obtain any additionalinformation please visit the eTenders web site at:http://www.etenders.gov.ie/Search/Search_Switch.aspx?ID=437552.II.1.6) Common procurement vocabulary (CPV)71000000, 71313000II.1.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.1.8) LotsThis contract is divided into lots: noII.1.9) Information about variantsVariants will be accepted: noII.2) Quantity or scope of the contractII.2.1) Total quantity or scope:It is the Agency’s intention to establish a single-party frameworkagreement of 6 years’ duration for the appointment of a multi-disciplinaryenvironmental consultancy team. The framework agreement will beestablished on the basis of a competition for an initial contract, thesubject matter of which will be the site appraisal, identification ofremediation requirements- and proposal of three end uses for theremediated site. All remaining technical support and environmentalmonitoring requirements will fall under this framework agreement.Estimated value excluding VAT:Range: between 600 000 and 2 500 000 EURII.2.2) Information about optionsOptions: noII.2.3) Information about renewalsThis contract is subject to renewal: noII.3) Duration of the contract or time limit for completionDuration in months: 72 (from the award of the contract)Section III: Legal, economic, financial and technical informationIII.1) Conditions relating to the contractIII.1.2) Main financing conditions and payment arrangements and/or

Page 123: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

reference to the relevant provisions governing them:To be agreed with the successful framework member.III.1.3) Legal form to be taken by the group of economic operators towhom the contract is to be awarded:A grouping, if successful, may be required to contract as a single entityhaving joint and several liability but subject to the agreement of thecontracting parties. If it is proposed to sub-contract the delivery of anyportion of any contracts under the framework, it may be a condition ofaward of contract that both the service provider and any proposedsub-contractor enter simultaneously into a collateral warranty with thecontracting authority for the relevant portion of that contract.III.1.4) Other particular conditionsThe performance of the contract is subject to particular conditions: noIII.2) Conditions for participationIII.2.1) Personal situation of economic operators, including requirementsrelating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirementsare met: As per the qualification questionnaire, available to downloadfrom www.etenders.gov.ie.III.2.2) Economic and financial abilityMinimum level(s) of standards possibly required: As per the qualificationquestionnaire, available to download from www.etenders.gov.ie.III.2.3) Technical capacityMinimum level(s) of standards possibly required:As per the qualification questionnaire, available to download fromwww.etenders.gov.ie.III.3) Conditions specific to services contractsIII.3.2) Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications ofthe staff responsible for the execution of the service: yesSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.1.2) Limitations on the number of operators who will be invited totender or to participateEnvisaged number of operators: 5Objective criteria for choosing the limited number of candidates: As perthe qualification questionnaire available to download fromwww.etenders.gov.ie.IV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications, in the invitation to tender or to negotiate or inthe descriptive documentIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.4) Time limit for receipt of tenders or requests to participate28.6.2012 - 12:00IV.3.5) Date of dispatch of invitations to tender or to participate to

Page 124: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

selected candidates11.7.2012IV.3.6) Language(s) in which tenders or requests to participate may bedrawn upEnglish. Irish.Section VI: Complementary informationVI.3) Additional information1) Interested parties must register their interest on the eTenders website (www.etenders.gov.ie) in order to be included on the mailing list forclarifications. All information relating to attachments, includingclarifications and changes, will be published on the irish governmentprocurement opportunities portal (www.etenders.gov.ie)only. Registrationis free of charge. The contracting authority will not acceptresponsibility for information relayed (or not relayed) via third parties.2) This is the sole call for competition for this service.3) The contracting authority will not be responsible for any costs,charges or expenses incurred by candidates or tenderers.4) Establishment of this framework will be subject to the approval of thecompetent authorities.5) It will be a condition of establishment that candidates and allsub-contractors produce a valid tax clearance certificate from the irishrevenue commissioners as part of their application for participation inthe competition.6) If for any reason it is not possible to admit to the frameworkagreement the tenderers invited following the conclusion of thiscompetitive process, the contracting authority reserves the right toinvite the next highest scoring tenderers to join the framework agreementas appropriate.This shall be without prejudice to the right of the contracting authorityto cancel this competitive process and/or initiate a new contract awardprocedure at its sole discretion.7) At its absolute discretion, the contracting authority may elect toterminate this procurement process, the framework agreements or anycontract awarded under the framework agreements at any time.8) Please note in relation to all documents, that where reference is madeto a particular standard, make, source, process, trademark, type orpatent, that this is not to be regarded as a de facto requirement. In allsuch cases it should be understood that such indications are to be treatedstrictly and solely for reference purposes only, to which the words "orequivalent" will always be appended.9) Without prejudice to the principle of equal treatment, the contractingauthority is not obliged to engage in a clarification process in respectof questionnaires with missing or incomplete information. Therefore,candidates are advised to ensure that they return fully completedquestionnaires in order to avoid the risk of elimination from thecompetition.(ET Ref:437552).VI.4) Procedures for appealVI.4.1) Body responsible for appeal proceduresHigh CourtInns Quay

Page 125: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Dublin 7 DublinIRELANDInternet address: www.courts.ieBody responsible for mediation proceduresIRELANDVI.4.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Statutoryinstrument no. 130 of 2010 (the irish remedies regulations) provides thatreview procedures are available in the high court to a person who has orhas had an interest in obtaining the framework agreement (including thereviewable public contract) and alleges that he or she has been harmed oris at risk of being harmed by an infringement of the law in relation tothat framework agreement and reviewable public contract.VI.4.3) Service from which information about the lodging of appeals maybe obtainedPlease contact a legal advisor.IRELANDVI.5) Date of dispatch of this notice:29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 126: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Bedford: refuse recycling services PUBLISHED ON: 31/05/2012 DOCUMENT NUMBER: 170172-2012 JOURNAL NUMBER: 102 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 7 - Contract award NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 9 - Not applicable CRITERIA: 1 - Lowest price CPV CODE(S): 90514000 Refuse recycling services AGENCY: BEDFORD BOROUGH COUNCIL COUNTRY: GB. LANGUAGE: EN

Contract award noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Bedford Borough CouncilBorough Hall, Cauldwell StreetMK42 9AP BedfordUNITED KINGDOME-mail: [email protected] address(es):General address of the contracting authority: www.bedford.gov.ukAddress of the buyer profile: www.bedford.gov.ukI.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contractManagement and Operation of Household Waste Recycling Centres.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesNUTS code UKH22

Page 127: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1.4) Short description of the contract or purchase(s)Refuse recycling services.II.1.5) Common procurement vocabulary (CPV)90514000II.1.6) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.2) Award criteriaIV.2.1) Award criteriaLowest priceIV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authorityBBC049IV.3.2) Previous publication(s) concerning the same contractContract noticeNotice number in the OJEU: 2011/S 176-289212 of 12.9.2011Section V: Award of contractContract No: BBC049V.1) Date of contract award decision:16.4.2012V.2) Information about offersNumber of offers received: 6Number of offers received by electronic means: 6V.3) Name and address of economic operator in favour of whom the contractaward decision has been takenHW Martin Waste LtdFordbridge Lane, Blackwell, DerbyshireAlfretonUNITED KINGDOMInternet address: www.hwmartin.com/recyclingV.4) Information on value of contractTotal final value of the contract:Value: 1 350 000 GBPExcluding VATIf annual or monthly value:Number of years: 5V.5) Information about subcontractingThe contract is likely to be sub-contracted: noV.1) Date of contract award decision:16.4.2012Section VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.2) Additional information:GO Reference: GO-2012528-PRO-3955833.

Page 128: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

VI.3) Procedures for appealVI.3.1) Body responsible for appeal proceduresBedford Borough CouncilBorough Hall, Cauldwell StreetMK42 9AP BedfordUNITED KINGDOME-mail: [email protected] address: www.bedford.gov.ukBody responsible for mediation proceduresBedford Borough CouncilBorough Hall, Cauldwell StreetMK42 9AP BedfordUNITED KINGDOME-mail: operational'[email protected] address: www.bedford.gov.ukVI.3.3) Service from which information about the lodging of appeals maybe obtainedBedford Borough CouncilBorough Hall, Cauldwell StreetMK42 9AP BedfordUNITED KINGDOME-mail: [email protected] address: www.bedford.gov.ukVI.4) Date of dispatch of this notice:28.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 129: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Bradford: conveyors PUBLISHED ON: 01/06/2012 DOCUMENT NUMBER: 172123-2012 JOURNAL NUMBER: 103 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 7 - Contract award NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 4 - Negotiated procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 42417200, 45259000, 45259100 Conveyors, Repair and maintenance of plant, Wastewater-plant repair and maintenance work AGENCY: YORKSHIRE WATER SERVICES LIMITED COUNTRY: GB. LANGUAGE: EN

Contract award notice – utilitiesDirective 2004/17/ECSection I: Contracting entityI.1) Name, addresses and contact point(s)Yorkshire Water Services LimitedMidway, Halifax RdContact point(s): Supply ChainFor the attention of: Peter KilleenBD6 2LZ BradfordUNITED KINGDOMTelephone: +44 1274692962E-mail: [email protected] address(es):General address of the contracting entity: www.yorrkshirewater.co.ukI.2) Main activityWaterI.3) Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contractingentities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contractRepair and Maintenance of Conveyors.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 12: Architectural services; engineering services andintegrated engineering services; urban planning and landscape engineeringservices; related scientific and technical consulting services; technical

Page 130: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

testing and analysis servicesMain site or location of works, place of delivery or of performance:Yorkshire.NUTS code UKEII.1.3) Information about a framework agreement or a dynamic purchasingsystem (DPS)The notice involves the establishment of a framework agreementII.1.4) Short description of the contract or purchase(s):The provision of repair and maintenance services for conveyors throughoutthe Yorkshire water geographic region.II.1.5) Common procurement vocabulary (CPV)42417200, 45259000, 45259100II.1.6) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.2) Total final value of contract(s)II.2.1) Total final value of contract(s)Value: 400 000 GBPExcluding VATSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureNegotiated with a call for competitionIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tenderIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.2) Previous publication(s) concerning the same contractnoSection V: Award of contractV.1) Award and contract valueContract No: 365Lot No: 1 - Lot title: Repair and Maintenance of Conveyors.V.1.1) Date of contract award decision:25.5.2012V.1.2) Information about offersNumber of offers received: 15V.1.3) Name and address of economic operator in favour of whom thecontract award decision has been takenGillian and Baines LimitedCommon LaneWF11 8BN KnottingleyUNITED KINGDOMTelephone: +44 1977672332E-mail: [email protected]: +44 1977677088Internet address: www.gandb.co.ukV.1.4) Information on value of contractInitial estimated total value of the contractValue: 400 000 GBP

Page 131: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Excluding VATTotal final value of the contractValue: 400 000 GBPExcluding VATV.1.5) Information about subcontractingThe contract is likely to be sub-contracted: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.4) Date of dispatch of this notice:30.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 132: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Bradford: conveyors PUBLISHED ON: 01/06/2012 DOCUMENT NUMBER: 172124-2012 JOURNAL NUMBER: 103 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 7 - Contract award NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 4 - Negotiated procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 42417200, 45259000, 45259100 Conveyors, Repair and maintenance of plant, Wastewater-plant repair and maintenance work AGENCY: YORKSHIRE WATER SERVICES LIMITED COUNTRY: GB. LANGUAGE: EN

Contract award notice – utilitiesDirective 2004/17/ECSection I: Contracting entityI.1) Name, addresses and contact point(s)Yorkshire Water Services LimitedMidway, halifax RdContact point(s): Supply ChainFor the attention of: Peter KilleenBD6 2LZ BradfordUNITED KINGDOMTelephone: +44 1274692962E-mail: [email protected] address(es):General address of the contracting entity: www.yorrkshirewater.co.ukI.2) Main activityWaterI.3) Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contractingentities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contractRepair and maintenance of conveyors.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 12: Architectural services; engineering services andintegrated engineering services; urban planning and landscape engineeringservices; related scientific and technical consulting services; technical

Page 133: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

testing and analysis servicesMain site or location of works, place of delivery or of performance:Yorkshire.NUTS code UKEII.1.3) Information about a framework agreement or a dynamic purchasingsystem (DPS)The notice involves the establishment of a framework agreementII.1.4) Short description of the contract or purchase(s):The provision of repair and maintenance services for conveyors throughoutthe Yorkshire water geographic region.II.1.5) Common procurement vocabulary (CPV)42417200, 45259000, 45259100II.1.6) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.2) Total final value of contract(s)II.2.1) Total final value of contract(s)Value: 400 000 GBPExcluding VATSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureNegotiated with a call for competitionIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tenderIV.2.2) Information about electronic auctionAn electronic auction will be used: noIV.3) Administrative informationIV.3.2) Previous publication(s) concerning the same contractnoSection V: Award of contractV.1) Award and contract valueContract No: 366Lot No: 2 - Lot title: Repair and maintenance of conveyors.V.1.1) Date of contract award decision:25.5.2012V.1.2) Information about offersNumber of offers received: 15V.1.3) Name and address of economic operator in favour of whom thecontract award decision has been takenSBT Engineering Services LimitedAtlantic Works, Empress StreetM16 9EN ManchesterUNITED KINGDOMTelephone: +44 1618777755Internet address: www.sbtengineering.co.uk/V.1.4) Information on value of contractInitial estimated total value of the contractValue: 400 000 GBPExcluding VATTotal final value of the contract

Page 134: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Value: 400 000 GBPExcluding VATV.1.5) Information about subcontractingThe contract is likely to be sub-contracted: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.4) Date of dispatch of this notice:30.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 135: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Bristol: facilities management services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 167503-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 7 - Contract award NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 79993100, 79993000, 85144000, 48814200, 55500000, 55520000, 55523000, 39222000, 98311100, 98311000, 98311200, 85110000, 85111000, 85112000, 90524400, 15894220, 39518000, 85112100, 33198000, 79710000, 90500000, 60000000, 90513000, 90520000, 90524000, 90523000, 90524100, 90524200, 90524300, 42933000, 19231000, 39514000, 39512000, 98351000, 98351100, 90914000, 90911000, 90911100, 90911200, 90911300, 90900000, 90910000, 90919000, 90922000, 85142300, 79571000, 64122000, 48814000, 85120000, 79996100 Facilities management services, Building and facilities management services, Residential health facilities services, Patient-administration system, Canteen and catering services, Catering services, Catering services for other enterprises or other institutions, Catering supplies, Laundry-management services, Laundry-collection services, Laundry-operation services, Hospital and related services, Hospital services, Hospital support services, Collection, transport and disposal of hospital waste, Hospital meals, Hospital linen, Hospital-bedding services, Hospital paper articles, Security services, Refuse and waste related services, Transport services (excl. Waste transport), Non-hazardous refuse and waste treatment and disposal services, Radioactive-, toxic-, medical- and hazardous waste services, Medical waste services, Toxic waste disposal services except radioactive waste and contaminated, soil, Clinical-waste collection services, Clinical-waste disposal services, Removal services of biological waste, Vending machines, Linen, Toilet and kitchen linen, Bed linen, Car park management services, Car park services, Car park cleaning services, Accommodation, building and window cleaning services, Accommodation cleaning services, Building-cleaning services, Window-cleaning services, Cleaning and sanitation services, Cleaning services, Office, school and office equipment cleaning services, Pest-control services, Hygiene services, Mailing services, Internal office mail and messenger services, Medical information systems, Medical practice and related services, Records management AGENCY: BRISTOL PRIMARY CARE TRUST COUNTRY: GB. LANGUAGE: EN

Contract award noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Bristol Primary Care TrustSouth Plaza, Marlborough Street

Page 136: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Contact point(s): Bristol Community HealthFor the attention of: Gemma CollingsBS1 3NX BristolUNITED KINGDOMTelephone: +44 1179003413E-mail: [email protected]: +44 1179002587Internet address(es):General address of the contracting authority: www.bristol.nhs.ukI.2) Type of the contracting authorityBody governed by public lawI.3) Main activityHealthI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesUniverity Hospitals Bristol NHS Foundation TrustSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contractSouth Bristol Community Hospital Soft FM Services.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 14: Building-cleaning services and property managementservicesMain site or location of works, place of delivery or of performance: SouthBristol Community Hospital, Hengrove Park (Phase 1), Whitchurch Lane,Whitchurch, Bristol, BS14 0TJ.NUTS code UKK11II.1.4) Short description of the contract or purchase(s)The provision to South Bristol Community Hospital of 'Soft' facilitiesmanagement (FM) services to support the operation and objectives of thehospital. Such services to include: Soft FM service co-ordination(including CAFM system & helpdesk provision); cleaning; ward houskeeping;vending; patient catering; retail catering; linen and laundry; portering;security; car park management; waste management; pest control; femininehygiene, sanitary consumables; mail & messenger services; and medicalrecords management.II.1.5) Common procurement vocabulary (CPV)79993100, 79993000, 85144000, 48814200, 55500000, 55520000, 55523000,39222000, 98311100, 98311000, 98311200, 85110000, 85111000, 85112000,90524400, 15894220, 39518000, 85112100, 33198000, 79710000, 90500000,60000000, 90513000, 90520000, 90524000, 90523000, 90524100, 90524200,90524300, 90524400, 42933000, 19231000, 39518000, 39514000, 39512000,19231000, 98351000, 98351100, 90914000, 90911000, 90911100, 90911200,90911300, 90900000, 90910000, 90919000, 90922000, 85142300, 79571000,64122000, 90524000, 48814000, 85120000, 79996100II.1.6) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.2) Total final value of contract(s)

Page 137: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.2.1) Total final value of contract(s)Value: 1 670 000 GBPExcluding VATSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of1. Support of primary purpose. Weighting 552. Governance. Weighting 153. Social sustainability. Weighting 154. Environmental sustainability. Weighting 15IV.3) Administrative informationIV.3.2) Previous publication(s) concerning the same contractContract noticeNotice number in the OJEU: 2011/S 113-187440 of 15.6.2011Section V: Award of contractLot title: Provision of Soft FM Services to South Bristol CommunityHospital.V.1) Date of contract award decision:30.3.2012V.2) Information about offersNumber of offers received: 1V.3) Name and address of economic operator in favour of whom the contractaward decision has been takenCompass Group UK & Ireland LimitedParkview, 82 Oxford RoadUB8 1UX UxbridgeUNITED KINGDOMV.4) Information on value of contractInitial estimated total value of the contract:Value: 1 670 000 GBPExcluding VATSection VI: Complementary informationVI.2) Additional information:(MT Ref:89222).VI.4) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 138: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Crewe: refuse and waste related services PUBLISHED ON: 31/05/2012 DOCUMENT NUMBER: 170112-2012 JOURNAL NUMBER: 102 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 7 - Contract award NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 90500000, 90514000, 63120000, 63121100 Refuse and waste related services, Refuse recycling services, Storage and warehousing services, Storage services AGENCY: CHESHIRE EAST BOROUGH COUNCIL COUNTRY: GB. LANGUAGE: EN

Contract award noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Cheshire East Borough CouncilCorporate Procurement Unit, Emperor Court, Electra Way, Crewe BusinessParkFor the attention of: Mr Steve MellorCW1 6ZQ CreweUNITED KINGDOMTelephone: +44 1270686439E-mail: [email protected] address(es):General address of the contracting authority: www.cheshireeast.gov.ukI.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesEnvironmentHousing and community amenitiesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contractBulking Facilities for Co-mingled Dry Recyclates.II.1.2) Type of contract and location of works, place of delivery or of

Page 139: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

performanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance:Macclesfield or central Cheshire East Northern area - up to 4 miles Northor South and up to 8 miles West from the Council's existing depot atCommercial Road, Macclesfield, Cheshire.NUTS code UKDII.1.4) Short description of the contract or purchase(s)Cheshire East Borough Council is seeking Bulking Services for the receipt,handling, storage and despatch of Co-mingled Dry Recyclates that are to becollected by the Council’s Recycling Collection Service in the North ofthe Borough. Approximately 22 000 tonnes of Co-mingled Dry Recyclates willbe delivered by the Council’s collection vehicles to the Contractor’spremises over each Contract year as of 4.6.2012. With the Contractor’sassistance, the Collector shall remove approximately the same quantityeach year from the Contractor’s premises.II.1.5) Common procurement vocabulary (CPV)90500000, 90514000, 63120000, 63121100II.1.6) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.2) Total final value of contract(s)II.2.1) Total final value of contract(s)Value: 878 640 GBPExcluding VATSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of1. Cost. Weighting 702. Quality. Weighting 30IV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authorityNWCE-8RGFJFIV.3.2) Previous publication(s) concerning the same contractContract noticeNotice number in the OJEU: 2012/S 47-077579 of 8.3.2012Section V: Award of contractContract No: 1Lot title: Bulking Facilities for Co-mingled Dry Recyclates.V.1) Date of contract award decision:28.5.2012V.2) Information about offersNumber of offers received: 1V.3) Name and address of economic operator in favour of whom the contract

Page 140: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

award decision has been takenHenshaws Envirocare Ltd150 Moss LaneSK11 7XF MacclesfieldUNITED KINGDOMV.4) Information on value of contractTotal final value of the contract:Value: 878 640 GBPExcluding VATSection VI: Complementary informationVI.2) Additional information:The Contract period is 4.6.2012–13.3.2014 (initial term) with a breakclause exercisable from June 2013 with1 months notice, and an option toextend the initial term for further 6 month periods up to a total of 18months following the initial term.The values given in this notice are for the initial term.The Authority gives no guarantee or warranty or makes any representationas to the accuracy of any indicative volumes or as to the value of thework during the contract period.VI.3) Procedures for appealVI.3.1) Body responsible for appeal proceduresRoyal Courts of JusticeThe StrandWC2A 2LL LondonUNITED KINGDOMTelephone: +44 2079476000Body responsible for mediation proceduresRoyal Courts of JusticeThe StrandWC2A 2LL LondonUNITED KINGDOMTelephone: +44 2079476000VI.3.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: The ContractingAuthority incorporated a minimum10 calendar day standstill period (or 15days where non-electronic or fax methods are used) at the point that anaward decision notice was communicated to tenderers. The award decisionnotice specified the criteria for the award of the contract/frameworkagreement, the reasons for the decision, including the characteristics andrelative advantages, the name and score of the successful tender; andspecified when the standstill period ended or the date before which thecontracting authority would not conclude the contract/framework agreement.If an appeal regarding the award of a contract/framework agreement has notbeen successfully resolved, the Public Contracts (Amendment) Regulations2009 provide for aggrieved parties who have been harmed or are at risk ofa breach of the rules to take action in the High Court (England, Wales andNorthern Ireland).Any such action must be brought promptly (generally within 3 months). TheCourt may order the setting aside of the award decision or may order thecontracting authority to amend any document and may award damages.If a framework agreement has been entered into the Court may make a

Page 141: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

declaration of ineffectiveness or may order that the duration of anyrelevant specific contract be shortened and additionally may awarddamages. The time limit for seeking such a declaration is generally 30days from notification of the award (either by award decision notificationor contract award notice depending upon the circumstances) or otherwise 6months.VI.3.3) Service from which information about the lodging of appeals maybe obtainedRoyal Courts of JusticeThe StrandWC2A 2LL LondonUNITED KINGDOMTelephone: +44 2079476000VI.4) Date of dispatch of this notice:28.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 142: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Gateshead: refuse and waste related services PUBLISHED ON: 31/05/2012 DOCUMENT NUMBER: 170246-2012 JOURNAL NUMBER: 102 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 7 - Contract award NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 90500000 Refuse and waste related services AGENCY: BOROUGH COUNCIL OF GATESHEAD COUNTRY: GB. LANGUAGE: EN

Contract award noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Borough Council of GatesheadGateshead Council, Legal & Corporate Services, Corporate Procurement, 1stFloor Civic Centre, Regent StreetFor the attention of: Shaun NaylorNE8 1HH GatesheadUNITED KINGDOMTelephone: +44 1914335986E-mail: [email protected] address(es):General address of the contracting authority: http://www.gateshead.gov.uk/Address of the buyer profile: http://www.nepoportal.org/I.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesEnvironmentEconomic and financial affairsHousing and community amenitiesSocial protectionRecreation, culture and religionEducationI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contract

Page 143: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1) DescriptionII.1.1) Title attributed to the contractCollection and disposal of construction waste & the supply of type 1recycled sub base.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance:Gateshead.NUTS code UKC22II.1.3) Information about a framework agreement or a dynamic purchasingsystem (DPS)The notice involves the establishment of a framework agreementII.1.4) Short description of the contract or purchase(s)The provision of a waste collection and disposal service. This service istoinclude the collection and disposal of construction waste from ShearlegsRoad Waste Transfer Station, Cowen Road Depot and various building siteslocated in the Borough of Gateshead. It is expected that most of thiswastewill be recycled to support the delivery of the Council's waste recyclingtargets and the objectives withinGateshead Vision 2030. The Council mayalso purchase, as and when required, type 1 sub-base which hasbeen derivedfrom recycled construction waste.II.1.5) Common procurement vocabulary (CPV)90500000II.1.6) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.2) Total final value of contract(s)II.2.1) Total final value of contract(s)Value: 440 000,00 GBPExcluding VATSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureOpenIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of1. Price - collection and disposal of waste. Weighting 702. Price - recycled type 1 sub base. Weighting 103. Quality. Weighting 20IV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authorityQTLE-8GRFZDIV.3.2) Previous publication(s) concerning the same contractContract noticeNotice number in the OJEU: 2012/S 6-009129 of 11.1.2012Section V: Award of contract

Page 144: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Contract No: QTLE-8GRFZDLot No: 1 - Lot title: Collection and disposal on construction waste &supply of type 1 recycled sub base.V.1) Date of contract award decision:11.4.2012V.2) Information about offersNumber of offers received: 6Number of offers received by electronic means: 6V.3) Name and address of economic operator in favour of whom the contractaward decision has been takenImpetus Waste ManagementWynyard Park House Wynyard ParkTS22 5TB WynyardUNITED KINGDOMV.4) Information on value of contractInitial estimated total value of the contract:Value: 520 000,00 GBPExcluding VATTotal final value of the contract:Value: 440 000,00 GBPV.5) Information about subcontractingThe contract is likely to be sub-contracted: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Procedures for appealVI.3.1) Body responsible for appeal proceduresThe Borough Council of GatesheadCivic Centre Regent TerraceNE8 1HH GatesheadUNITED KINGDOMTelephone: +44 1914333000Internet address: www.gateshead.gov.ukFax: +44 1914333256Body responsible for mediation proceduresThe Borough Council of GatesheadCivic Centre Regent TerraceNE8 1HH GatesheadUNITED KINGDOMTelephone: +44 1914333000Internet address: www.gateshead.gov.ukFax: +44 1914333256VI.4) Date of dispatch of this notice:29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

Page 145: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

>> Back to top >>

Page 146: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Glasgow: refuse and waste related services PUBLISHED ON: 02/06/2012 DOCUMENT NUMBER: 173535-2012 JOURNAL NUMBER: 104 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 7 - Contract award NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 4 - Negotiated procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 90500000 Refuse and waste related services AGENCY: FIRST SCOTRAIL LIMITED COUNTRY: GB. LANGUAGE: EN

Contract award notice – utilitiesDirective 2004/17/ECSection I: Contracting entityI.1) Name, addresses and contact point(s)First ScotRail LimitedAtrium Court, 50 Waterloo StreetContact point(s): PurchasingFor the attention of: Jack GoodallG2 6HQ GlasgowUNITED KINGDOMTelephone: +44 1413354129E-mail: [email protected]) Main activityRailway servicesI.3) Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contractingentities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contractWaste management services.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesNUTS code UKMII.1.4) Short description of the contract or purchase(s):Provision of waste management services at various first ScotRail sitesincluding stations and engineering depots.

Page 147: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1.5) Common procurement vocabulary (CPV)90500000II.1.6) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): noII.2) Total final value of contract(s)II.2.1) Total final value of contract(s)Value: 1 500 000 GBPExcluding VATSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureNegotiated with a call for competitionIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tenderIV.2.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction:IV.3) Administrative informationIV.3.2) Previous publication(s) concerning the same contractSection V: Award of contractV.1) Award and contract valueContract No: First 003210Lot title: Waste management services.V.1.1) Date of contract award decision:21.9.2011V.1.2) Information about offersNumber of offers received: 3Number of offers received by electronic means: 3V.1.3) Name and address of economic operator in favour of whom thecontract award decision has been takenWilliam Tracey Group49 Burnbrae RoadPA3 3BD LinwoodUNITED KINGDOMV.1.4) Information on value of contractInitial estimated total value of the contractValue: 1 500 000 GBPExcluding VATV.1.5) Information about subcontractingThe contract is likely to be sub-contracted: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.4) Date of dispatch of this notice:31.5.2012

ORIGINAL LANGUAGE:

Page 148: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 149: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-King's Lynn: refuse and waste related services PUBLISHED ON: 31/05/2012 DOCUMENT NUMBER: 170328-2012 JOURNAL NUMBER: 102 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 7 - Contract award NATURE OF CONTRACT: 4 - Service contract PROCEDURE: C - Competitive dialogue REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 90500000 Refuse and waste related services AGENCY: BOROUGH COUNCIL OF KING'S LYNN & WEST NORFOLK COUNTRY: GB. LANGUAGE: EN

Contract award noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Borough Council of King's Lynn & West NorfolkKings Court, Chapel StreetFor the attention of: Tony HaguePE30 1EX King's LynnUNITED KINGDOMTelephone: +44 1553616791E-mail: [email protected] address(es):General address of the contracting authority:http://www.west-norfolk.gov.ukAddress of the buyer profile: http://www.west-norfolk.gov.uk/doingbusinessI.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contractResidual waste recycling facility.II.1.2) Type of contract and location of works, place of delivery or ofperformanceServices

Page 150: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Service category No 16: Sewage and refuse disposal services; sanitationand similar servicesNUTS code UKH13II.1.4) Short description of the contract or purchase(s)Provision of a facility to process residual domestic and trade waste toextract the maximum level of recycling.II.1.5) Common procurement vocabulary (CPV)90500000II.1.6) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.2) Total final value of contract(s)II.2.1) Total final value of contract(s)Value: 0,00 GBPExcluding VATSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedurecompetitive dialogueIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of1. Price (full life cost of the contract). Weighting 512. Recycling rate. Weighting 133. Site development proposals. Weighting 104. Environmental impact. Weighting 95. Compliance with proximity principle. Weighting 76. Position of outputs on the waste hierachy. Weighting 57. Number of local jobs created. Weighting 5IV.2.2) Information about electronic auctionAn electronic auction has been used: noIV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authorityBCKLWN10IV.3.2) Previous publication(s) concerning the same contractContract noticeNotice number in the OJEU: 2011/S 232-376238 of 28.11.2011Section V: Award of contractV.3) Name and address of economic operator in favour of whom the contractaward decision has been takenFailed Tender - No offers receivedV.4) Information on value of contractTotal final value of the contract:Value: 0,00 GBPExcluding VATV.5) Information about subcontractingThe contract is likely to be sub-contracted: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.4) Date of dispatch of this notice:

Page 151: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 152: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Nottingham: refuse and waste related services PUBLISHED ON: 31/05/2012 DOCUMENT NUMBER: 169909-2012 JOURNAL NUMBER: 102 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 7 - Contract award NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 90500000, 34928480, 90514000 Refuse and waste related services, Waste and rubbish containers and bins, Refuse recycling services AGENCY: NOTTINGHAM TRENT UNIVERSITY COUNTRY: GB. LANGUAGE: EN

Contract award noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Nottingham Trent University60 Clarendon StreetContact point(s): Estate and Resources DepartmentFor the attention of: Cheryl Choong LewisNG1 5JD NottinghamUNITED KINGDOMTelephone: +44 1158484098E-mail: [email protected]: +44 1158484098Internet address(es):General address of the contracting authority: http://www.ntu.ac.ukAddress of the buyer profile: http://in-tendhost.co.uk/ntuI.2) Type of the contracting authorityBody governed by public lawI.3) Main activityEducationI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II: Object of the contractII.1) DescriptionII.1.1) Title attributed to the contract615/CCL - The supply of waste management services for Nottingham TrentUniversity

Page 153: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.1.2) Type of contract and location of works, place of delivery or ofperformanceServicesService category No 16: Sewage and refuse disposal services; sanitationand similar servicesMain site or location of works, place of delivery or of performance:Nottingham and South Nottingham.NUTS code UKF14II.1.4) Short description of the contract or purchase(s)Nottingham Trent University is seeking a cost effective and efficientwaste management service, which complies with current and futurelegislation, and supports its objectives to improve environmentalperformance.This agreement will cover the following:Lot 1 - Food and general waste collection and disposal (including supplyWEEE compactor, WEEE disposal and skip hire).In order to express an interest, please register your company details.II.1.5) Common procurement vocabulary (CPV)90500000, 34928480, 90514000II.1.6) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesII.2) Total final value of contract(s)II.2.1) Total final value of contract(s)Value: 412 279 GBPExcluding VATSection IV: ProcedureIV.1) Type of procedureIV.1.1) Type of procedureRestrictedIV.2) Award criteriaIV.2.1) Award criteriaThe most economically advantageous tender in terms of1. Pricing Appendix A (25 % NTU lift schedule and 5 % skip hire schedule).Weighting 302. Service requirement to supply and dispose of food and general wastecollection (including the supply of a mixed waste compactor, WEEE lockablecages and WEEE disposal). Weighting 73. Service requirement to supply ad hoc skip hire for building waste.Weighting 74. Service requirement to emptying and cleaning frequency for bothcontainers for the disposal waste for food, general, building waste andWEEE waste. Weighting 55. Audit compliance, contract management and environmental managementinformation. Weighting 96. Sustainability. Weighting 207. Commercial arrangements. Weighting 58. Sub-contractor arrangements. Weighting 59. Health and safety compliance. Weighting 1010. Events and sponsorships. Weighting 2IV.2.2) Information about electronic auctionAn electronic auction has been used: no

Page 154: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

IV.3) Administrative informationIV.3.1) File reference number attributed by the contracting authorityNTU/11/615/CCLIV.3.2) Previous publication(s) concerning the same contractnoSection V: Award of contractContract No: NTU/11/615/CCLLot No: 1 - Lot title: Framework contract for the supply waste managementservices for Nottingham Trent University.V.1) Date of contract award decision:1.6.2012V.2) Information about offersNumber of offers received: 20V.3) Name and address of economic operator in favour of whom the contractaward decision has been takenWastecycle LimitedEnviro BuildingNG4 2JT Private Road no.4UNITED KINGDOME-mail: [email protected]: +44 1159403111V.4) Information on value of contractInitial estimated total value of the contract:Value: 412 279 GBPExcluding VATIf annual or monthly value:Number of months: 48V.5) Information about subcontractingThe contract is likely to be sub-contracted: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: noVI.3) Procedures for appealVI.3.1) Body responsible for appeal proceduresNottingham Trent University60 Clarendon StreetNG1 5JD NottinghamUNITED KINGDOME-mail: [email protected]: +44 1158484098Internet address: www.ntu.ac.ukFax: +44 1158484098VI.3.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: This authoritywill incorporate a minimum 10 calendar day standstill period at the pointinformation on the award of the contract is communicated to tenderers.This period allows unsuccessful tenderers to seek further debriefing fromthe contracting authority before the contract is entered into. Applicantshave two working days from notification of the award decision to requestadditional debriefing and that information has to be provided a minimum of

Page 155: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

three working days before expiry of the standstill period. Such additionalinformation should be requested from the address in point I.1.If an appeal regarding the award of a contract has not been successfullyresolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide theaggrieved parties who have been harmed or are at risk of harm by a breachof the rules to take action in the High Court (England, Wales and NorthernIreland). Any such action must be brought promptly (generally within 3months). Where a contract has not been entered into the court may orderthe settling aside of the award decision or order the authority to amendany document and may award damages. If the contract has been entered intothe court may only award damages.VI.3.3) Service from which information about the lodging of appeals maybe obtainedNottingham Trent Univesity60 Clarendon StreetNG1 5JD NottinghamUNITED KINGDOME-mail: [email protected]: +44 1158484098Internet address: www.ntu.ac.ukFax: +44 1158484098VI.4) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 156: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Chelmsford: sewage, refuse, cleaning and environmental services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168391-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 0 - Prior Information Notice (Forecast) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 9 - Not applicable CRITERIA: 9 - Not applicable CPV CODE(S): 90000000, 90500000, 90512000, 90513000, 90513100, 90513200, 90514000, 90510000, 90511000, 90511400, 90530000, 90533000, 90513500 Sewage, refuse, cleaning and environmental services, Refuse and waste related services, Refuse transport services, Non-hazardous refuse and waste treatment and disposal services, Household-refuse disposal services, Urban solid-refuse disposal services, Refuse recycling services, Refuse disposal and treatment, Refuse collection services, Paper collecting services, Operation of a refuse site, Waste-tip management services, Treatment and disposal of foul liquids AGENCY: ESSEX COUNTY COUNCIL COUNTRY: GB. LANGUAGE: EN

Prior information noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Essex County CouncilCounty Hall, Market RoadFor the attention of: Angela DempseyCM1 1LX ChelmsfordUNITED KINGDOMTelephone: +44 8457430430E-mail: [email protected] address(es):General address of the contracting authority: http://www.essex.gov.ukFurther information can be obtained from: The above mentioned contactpoint(s)I.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: yesColchester Borough Council

Page 157: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

33 Sheepen Road, Colchester, EssexC03 3WG ColchesterUNITED KINGDOMEpping Forest District CouncilCivic Offices, High Street, Epping, EssexCM16 4BZ EppingUNITED KINGDOMMaldon District CouncilPrinces Road, Maldon, EssexCM9 5DL MaldonUNITED KINGDOMChelmsford Borough CouncilCivic Centre, Duke Street, Chelmsford, EssexCM1 1JE ChelmsfordUNITED KINGDOMBraintree District CouncilCauseway House, Bocking End, Braintree, EssexCM7 9HB BraintreeUNITED KINGDOMSouthend on Sea Borough CouncilCivic Centre, Victoria AvenueSS2 6ER Southend on SeaUNITED KINGDOMBasildon Borough CouncilThe Basildon Centre, St Martin's Square, Basildon, EssexSS14 1DL BasildonUNITED KINGDOMUttlesford District CouncilCouncil Offices, London Road, Saffron Walden, EssexCB11 4ER Saffron WaldenUNITED KINGDOMHarlow District CouncilCivic Centre, The Water Gardens, Harlow, EssexCM20 1WG HarlowUNITED KINGDOMTendring District CouncilTown Hall, Station Road, Clacton on Sea, EssexCO15 1SE Clacton on SeaUNITED KINGDOMCastle Point Borough CouncilKiln Road, Thundersley, Benfleet, EssexSS17 1TF BenfleetUNITED KINGDOMRochford District CouncilSouth Street, Rochford, EssexSS4 1BW RochfordUNITED KINGDOMBrentwood Borough CouncilTown Hall, Ingrave Road, Brentwood, EssexCM15 8AY BrentwoodUNITED KINGDOM

Page 158: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Section II.B: Object of the contract (Supplies or services)II.1) Title attributed to the contract by the contracting authority:Integrated Waste Handling (2209).II.2) Type of contract and place of delivery or of performanceService category No 16: Sewage and refuse disposal services; sanitationand similar servicesNUTS code UKII.3) Information on framework agreementThe notice involves the establishment of a framework agreement: noII.4) Short description of nature and quantity or value of supplies orservices:Essex County Council is proposing to procure a contractor to run acountywide, integrated waste handling contract. It plans to issue an OJEUnotice on or around the 16th July 2012, together with a Pre-QualifyingQuestionnaire (PQQ). Interested parties should register athttp://ecc.supplier.ariba.com/ and review the Descriptive Documentavailable at http://tinyurl.com/68e79pp.The Contract will include:a. The operation and maintenance of all 21 municipal Recycling Centres(RCHW) within Essexb. The commercial disposal arrangements for all materials collected atEssex RCHWs, excluding residual waste and garden wastec. The operation and maintenance of 5 Waste Transfer Stations (WTS)currently being built within Essexd. The operation of a licensed haulage fleet which will move:i. Residual waste delivered to the WTSs by Waste Collection Authoritys(WCA) on to the Authority landfill points or treatment facility(s);ii. Treatment outputs from the planned MBT facility on to a landfill orSRF energy facility as directed by ECC.iii. Bio-waste delivered to the WTSs by WCAs on to treatment facility(s).iv. RCHW residual waste from each RCHW to the MBT facility, either director via WTSs with spare capacity.v. Garden waste from the RCHWs to Authority-appointed ‘windrow’ treatmentfacilities.vi. RCHW materials to re-processors where the Contractor has entered intoan agreement to deliver such materials.LotsThis contract is divided into lots: noII.5) Common procurement vocabulary (CPV)90000000, 90500000, 90512000, 90513000, 90513100, 90513200, 90514000,90510000, 90511000, 90511400, 90530000, 90533000, 90513500II.7) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesSection III: Legal, economic, financial and technical informationSection VI: Complementary informationVI.4) Date of dispatch of this notice:23.5.2012

ORIGINAL LANGUAGE:

Page 159: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 160: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Durham: sewage, refuse, cleaning and environmental services PUBLISHED ON: 01/06/2012 DOCUMENT NUMBER: 172643-2012 JOURNAL NUMBER: 103 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: 0 - Prior Information Notice (Forecast) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: 4 - European Union AWARDING AUTHORITY: 3 - Regional or local authority TYPE OF BID: 9 - Not applicable CRITERIA: 9 - Not applicable CPV CODE(S): 90000000, 90510000, 90513100, 90513200, 90514000, 90512000, 90530000, 90500000, 45222110, 45232470, 90533000, 60100000 Sewage, refuse, cleaning and environmental services, Refuse disposal and treatment, Household-refuse disposal services, Urban solid-refuse disposal services, Refuse recycling services, Refuse transport services, Operation of a refuse site, Refuse and waste related services, Waste disposal site construction work, Waste transfer station, Waste-tip management services, Road transport services AGENCY: DURHAM COUNTY COUNCIL COUNTRY: GB. LANGUAGE: EN

Prior information noticeServicesDirective 2004/18/ECSection I: Contracting authorityI.1) Name, addresses and contact point(s)Durham County CouncilCorporate Procurement, County HallFor the attention of: Maria EarlesDH1 5UL DurhamUNITED KINGDOME-mail: [email protected] address(es):General address of the contracting authority: http://www.durham.gov.ukFurther information can be obtained from: The above mentioned contactpoint(s)I.2) Type of the contracting authorityRegional or local authorityI.3) Main activityGeneral public servicesI.4) Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contractingauthorities: noSection II.B: Object of the contract (Supplies or services)II.1) Title attributed to the contract by the contracting authority:Waste Transfer Station Services and Waste Haulage Services.

Page 161: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

II.2) Type of contract and place of delivery or of performanceService category No 16: Sewage and refuse disposal services; sanitationand similar servicesNUTS code UKC14II.4) Short description of nature and quantity or value of supplies orservices:The Council is further considering it's strategy to address future wastemanagement solutions within County Durham, particularly for the provisionof waste transfer station services and waste haulage services.LotsThis contract is divided into lots: noII.5) Common procurement vocabulary (CPV)90000000, 90510000, 90513100, 90513200, 90514000, 90512000, 90530000,90500000, 45222110, 45232470, 90533000, 60100000II.8) Additional information:This PIN is a Technical Dialogue PIN.Further to a series of market engagement events in 2011, the Council isfurther considering it's strategy to address future waste managementsolutions within County Durham, particularly with regards to it'soperation, maintenance and management of it's waste transfer stations andthe associated haulage services.An important requirement will be to enable the Council to meet the keyobjectives and performance targets contained within the Waste ManagementStrategy and therefore the Council is keen for Waste Industryorganisations, specifically those that have experience of operating,managing and maintaining waste transfer stations and providing wastehaulage services.We are currently conducting a procurement process for the treatment ofresidual waste and therefore the delivery points for the acceptance ofresidual waste are not yet known.To assist the Council in it's decision of finding the most effective wayto operate it's waste transfer stations in the future, the Council isseeking the views of waste transfer station operators and waste hauliersand other interested parties.To facilitate this process, the Council has developed a market engagementprocess which will involve a series of individual sessions to be held onthe 14th and 15th June 2012. Potential expressers of interest will also beable to ask any questions on an individual basis. These sessions must bebooked in advance by contacting [email protected] briefing note providing further details of this market engagement eventand items for discussion at the individual sessions can be obtained byemailing [email protected]. Places are limited to theindividual discussion sessions and so bookings must be made prior to 12thJune 2012.This PIN is not part of any pre qualification or selection process. It isintended as a communication engagement exercise only.Section III: Legal, economic, financial and technical informationSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: no

Page 162: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

VI.3) Information on general regulatory frameworkRelevant governmental Internet sites where information can be obtainedTax legislation Http://.Environmental protection legislation Http://.Employment protection and working conditions Http://.VI.4) Date of dispatch of this notice:29.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 163: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Antrim: paper collecting services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 166875-2012 JOURNAL NUMBER: 101 SPECIFICATION DUE: 14/03/2012 DEADLINE: 09/03/2012 TYPE OF DOCUMENT: 2 - Additional information (IC = AA changes and cancellations) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 1 - Open procedure REGULATION: 4 - European Union AWARDING AUTHORITY: 6 - Body governed by public law TYPE OF BID: 3 - Submission for one or more lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90511400, 90500000, 90524400, 90512000, 90514000 Paper collecting services, Refuse and waste related services, Collection, transport and disposal of hospital waste, Refuse transport services, Refuse recycling services AGENCY: PROCUREMENT AND LOGISTICS SERVICE COUNTRY: GB. LANGUAGE: EN

Procurement and Logistics Service, Bretten Hall, UNITED KINGDOM-BT412PXAntrim.(Supplement to the Official Journal of the European Union, 26.1.2012,2012/S 17-027253)Incomplete procedureThe contract has not been awarded.Thecontract may be the object of a re-publication.

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 164: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Southall: accommodation, building and window cleaning services PUBLISHED ON: 01/06/2012 DOCUMENT NUMBER: 171144-2012 JOURNAL NUMBER: 103 SPECIFICATION DUE: DEADLINE: 07/10/2011 TYPE OF DOCUMENT: 2 - Additional information (IC = AA changes and cancellations) NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 2 - Restricted procedure REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 1 - Ministry or any other national or federal authority TYPE OF BID: 1 - Submission for all lots CRITERIA: 2 - The most economic tender CPV CODE(S): 90911000, 90911200, 55520000, 98341120, 79710000, 63712400, 98351110, 71421000, 77314000, 98311200, 90920000, 90524200, 90524100, 90500000, 90922000, 90911300, 45259000, 45259300, 45261900, 45261920, 50000000 Accommodation, building and window cleaning services, Building-cleaning services, Catering services, Portering services, Security services, Parking services, Parking enforcement services, Landscape gardening services, Grounds maintenance services, Laundry-operation services, Facility related sanitation services, Clinical-waste disposal services, Clinical-waste collection services, Refuse and waste related services, Pest-control services, Window-cleaning services, Repair and maintenance of plant, Heating-plant repair and maintenance work, Roof repair and maintenance work, Roof maintenance work, Repair and maintenance services AGENCY: WEST LONDON MENTAL HEALTH NHS TRUST COUNTRY: GB. LANGUAGE: EN

West London Mental Health NHS trust, West London Mental Health NHS Trust,Uxbridge Road, Supplies, attn: John Walker, UNITED KINGDOM-UB13EUSouthall. Tel. +44 1344754127. E-mail: [email protected]. Fax+44 1344754431.(Supplement to the Official Journal of the European Union, 10.9.2011,2011/S 174-285997)Incomplete procedureThe awarding procedure has beendiscontinued.

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 165: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Glasgow: agricultural, farming, fishing, forestry and related products PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168958-2012 Part 1 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 2 - Supply contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 03000000, 09000000, 14000000, 15000000, 16000000, 18000000, 19000000, 22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 37000000, 38000000, 39000000, 41000000, 42000000, 43000000, 44000000, 48000000 Agricultural, farming, fishing, forestry and related products, Petroleum products, fuel, electricity and other sources of energy, Mining, basic metals and related products, Food, beverages, tobacco and related products, Agricultural machinery, Clothing, footwear, luggage articles and accessories, Leather and textile fabrics, plastic and rubber materials, Printed matter and related products, Chemical products, Office and computing machinery, equipment and supplies except furniture, and software packages, Electrical machinery, apparatus, equipment and consumables lighting, Radio, television, communication, telecommunication and related equipment, Medical equipments, pharmaceuticals and personal care products, Transport equipment and auxiliary products to transportation, Security, fire-fighting, police and defence equipment, Musical instruments, sport goods, games, toys, handicraft, art materials, and accessories, Laboratory, optical and precision equipments (excl. glasses), Furniture (incl. office furniture), furnishings, domestic appliances, (excl. lighting) and cleaning products, Collected and purified water, Industrial machinery, Machinery for mining, quarrying, construction equipment, Construction structures and materials auxiliary products to construction, (except electric apparatus), Software package and information systems AGENCY: SCOTTISH POWER PLC COUNTRY: GB. LANGUAGE: EN

Part 1 of 2Qualification system – utilitiesDirective 2004/17/ECThis notice is a call for competition yesSection I: Contracting entityI.1) Name, addresses and contact point(s)Scottish Power PlcCathcart Business Park, Spean StreetG44 4BE GlasgowUNITED KINGDOMTelephone: +44 1235838190E-mail: [email protected] address(es):

Page 166: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

General address of the contracting entity: http://www.achilles.comAddress of the buyer profile: http://www.scottishpower.comElectronic submission of tenders and requests to participate:http://www.scottishpower.com/becomespsupplier.aspI.2) Main activityProduction, transport and distribution of gas and heatElectricityExploration and extraction of gas and oilI.3) Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contractingentities: noSection II: Object of the qualification systemII.1) Title attributed to the contract by the contracting entity:UVDB (Utlities Vendor Database).II.2) Type of contractSuppliesII.3) Description of the works, services or goods to be procured throughthe qualification system:This notice is to indicate that Scottish Power Plc will use the UVDBsystem, which is managed by Achilles Information Limited, as a system forthe registration of suppliers, contractors and service providers (vendors)for the purposes of awarding contracts of any value that are fully coveredby the EU procurement legislation and may use it for other contracts. Thisnotice represents a call for competition under the relevant legislation.From 27.9.2011 When selecting suppliers to tender for contracts, forcertain types of contract it considers to represent a high risk to itsoperations, Scottish Power Plc will require suppliers to be on the UVDBand audited using the Achilles Verify supplier audit system. These typesof contract are indicated below, identified by Achilles code numbers.Suppliers must ensure UVDB registration and completion of Verify auditrequirements to be considered for selection for tender lists for thesetypes of contracts.This notice also includes Achilles code numbers for other contracts, whereScottish Power Plc considers the risk to its operations as lower. In orderto be considered for selection for Medium Risk tender lists for thesetypes of contracts only UVDB registration is required initially and inorder to be considered for selection for Low Risk tender lists for thesetypes of below threshold contracts, only TSMS registration is required.Low risk suppliers who wish to be considered for over threshold contractswill be required to register on UVDB as well.High Risk 1.1.35.Fixtures & Fittings 1.2.6.Ferric Sulphate 1.2.13.Sodium Hydroxide 1.2.14.Sodium Hypochlorite 1.2.17.Sulphuric Acid 1.2.18.Polyelectrolytes 1.2.21.Laboratory Chemicals 1.2.23.Hydrochloric Acid 1.2.27.Hydrazine Hydrate 1.2.35.Molten Sulphur 1.2.99.

Page 167: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Other Chemicals 1.3.2.Protective Clothing 1.3.6.Personal Protective Equipment 1.3.8.First Aid Kits & Supplies 1.4.4.Telecommunication Transmission Equipment 1.4.5.Telemetry Equipment 1.4.6.Scada & Telecontrol Equipment 1.4.8.Microwave (incl. UHF Scanning) 1.4.9Antennae/Aerial Masts 1.4.25.Communication Tower Steel Structures 1.4.27.Synchronising Equipment (incl. Interfacing Equipment) 1.4.28Satellite Communications Equipment 1.4.29.Radar Equipment 1.5.1.Underground Mains & Service Cable - Below 1kV 1.5.2.Underground Mains Cable - 1kV to 19kV 1.5.3.Underground Mains Cable - 20kV to 99kV 1.5.4.Underground Mains Cable - 100kV to 199 kV 1.5.5.Underground Mains Cable - 200kV & Above 1.5.6.Underground Cable Joints, Terminations & Jointing Materials - Below 1kV1.5.7.Underground Cable Joints, Terminations & Jointing Materials - 1kV to 19kV1.5.8.Underground Cable Joints, Terminations & Jointing Materials - 20kV to 99kV1.5.9.Underground Cable Joints, Terminations & Jointing Materials - 100kV to199kV 1.5.10.Underground Cable Joints, Terminations & Jointing Materials - 200kV &Above 1.5.11.General Wiring Cable 1.5.15.Cable Accessories (excl. Ducting - use 1.18.17) 1.5.99Other Cables (excl. Underground Marker Materials - use 1.01.18) 1.6.1Covered Overhead Line Conductor 1.6.2.Bare Overhead Line Conductor 1.6.4.Conductor Fittings 1.6.5.Helical Fittings 1.6.6.Insulator Fittings 1.6.7.Electrical Insulators - Porcelain 1.6.8.Electrical Insulators - Glass 1.6.9.Electrical Insulators - Polymeric 1.6.11.Overhead Line Accessories 1.6.12.Overhead Line Steelwork 1.6.13.Overhead Line Poles 1.6.99.Other Overhead Line Equipment & Accessories 1.7.2.Transformers - Distribution Ground Mounted (2000kVA & Below) 1.7.3Transformers - Distribution Pole Mounted (315kVA & Below) 1.7.4Transformers - Generator 1.7.5.Transformer Ancillary Equipment 1.7.20.Transformers - Current 1.7.21.Transformers - Voltage 1.7.24.Substations - Unit/Composite 1.7.27.Transformers - Primary (Below 10MVA) 1.7.28

Page 168: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Transformers - Primary (10MVA to 100MVA) 1.7.29Transformers - Grid (Above 100MVA) 1.7.30Tap Changing Equipment 1.7.31.Transformer Bushings 1.7.32.Quadrature Boosters 1.7.33.Voltage Regulators 1.7.34.Reactors 1.7.35.Capacitors 1.7.99.Other Transformers 1.8.5.Distribution Boards (1kV & Below) 1.8.6Earthing Equipment 1.8.7.Electrical Motors 1.8.10.Primary Cells, Batteries & Chargers 1.8.11.Portable Power Supplies/Mobile Generators (excl. Fixed Generators - use1.11.06) 1.8.13Heating, Ventilation & Air Conditioning Equipment (excl. Power Station -use 1.11.18) 1.8.14Trace Heating Equipment 1.8.15.Busbars & Support Structures 1.8.16.Motor Control Centres & Spares 1.8.17.Electronic Cards & Systems 1.8.18.Programmable Logic Controllers (PLC's) 1.8.19Lighting & Accessories (excl. Street Lighting) 1.8.20Electrical/Electronic Components 1.8.21.Control & Instrumentation Systems & Spares (excl. Nuclear - use 1.22.12)1.8.22Control & Instrumentation Automation Hardware 1.8.24.Instrumentation & Associated Equipment (excl. Optical) 1.8.26Detection/Monitoring Equipment (excl. Leak Detection - use 1.18.25) 1.8.99Other Electrical, Control & Instrumentation Equipment 1.9.2.Cut Outs 1.9.5.Relays 1.9.9.Fuses - Below 1kV 1.9.10.Fuses - 1kV to 11kV 1.9.11.Fuses - Above 11kV 1.9.12.Surge Diverters/Arrestors 1.9.13.Distribution Fuse Cabinets/Pillars 1.9.14.Fault Passage Indicators 1.9.15.Uninterruptible Power Supply (UPS) Systems 1.9.16.Lightning Protection Equipment 1.9.17.Control & Protection Cabinets/Cabins for Substations (38kV & Above) 1.9.99Other Electrical Protection Equipment 1.10.1.Electricity 1.10.2.Natural Gas 1.10.10.Solid Fuel 1.10.14.Insulating Oils 1.10.15.Lubricating Oils 1.10.24.Greases 1.10.26.Fuel Additives 1.10.27.Mains Water (Potable) 1.10.28Alternative/Emergency Water Supplies 1.11.1.

Page 169: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Industrial Hot Water Boilers (excl. Domestic Boilers - use 1.01.22) 1.11.2Steam Boilers 1.11.3.Boiler Ancillary Equipment 1.11.4.Generators - Power Station 1.11.6.Engines & Engine Spares (excl. Mobile Generators - use 1.08.11) 1.11.7Cooling Systems & Spares 1.11.8.Fuel & Oil Systems & Spares 1.11.9.Feed Water Systems & Spares 1.11.10.Turbines & Spares - Steam 1.11.11.Solid Fuel Supply Systems & Spares 1.11.12.Liquid Fuel Supply Systems & Spares 1.11.13.Gas Fuel Supply Systems & Spares 1.11.14.Ash/Residue Disposal Systems & Spares 1.11.15.Combustion Air Systems & Spares 1.11.16.Flue Gas Exhaust Systems & Spares 1.11.17.Turbines & Spares - Gas 1.11.18.Power Station Heating & Ventilation Equipment 1.11.19.Wind Power Production Equipment 1.11.20.Hydro-Electric Power Production Plant 1.11.21.Bio Energy Production Equipment 1.11.22.Wave Motion Power Production Equipment 1.11.23.Combined Heat & Power (CHP) Plant 1.11.98.Other Boilers & Boiler Spares 1.11.99.Other Generation Plant & Equipment 1.13.1.Bearings & Transmission Products 1.13.2.Mechanical Seals & Gaskets 1.13.3.Blowers, Exhausters & Fans 1.13.4.Conveyor Systems incl. Belts 1.13.5.Tanks & Covers (excl. Fuel - use 1.20.21) 1.13.7Filters (excl. Car Filters - use 1.20.15) 1.13.16Compressed Air/Gas Systems (incl. Fixed Compressors & Vessels) 1.13.17Fire Fighting Equipment 1.13.24.Oil & Gas Powered Motors 1.13.35.Centrifuges 1.13.36.Drive Belts, Chains & Couplings 1.13.37.Cranes (Fixed Location) 1.13.40Rubber Hoses & Couplings 1.13.41.Lifting Gear, Winches & Other Lifting Equipment 1.13.42.Overhead Gantries & Walkways 1.13.43.Gas & Air Treatment Plant 1.13.44.Lubrication Equipment 1.13.45.Skid Units/Pressure Reduction Modules 1.13.99.Other Mechanical Machinery, Equipment & Spares 1.14.1.Pumps - Centrifugal 1.14.2.Pumps - Submersible 1.14.3.Pumps - Positive Displacement 1.14.5.Pumps - Split Case 1.14.6.Pumps - Double Disk 1.14.9.Pumps - Washwater Pump Sets 1.14.10.Pumps - Metering & Dosing 1.14.11.Pumps - Borehole 1.14.12.

Page 170: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Pumps - Macerator 1.14.13.Pumps - Peristaltic 1.14.14.Pumps - Portable 1.14.15.Pumps - Hydraulic 1.14.16.Pumps - Screw 1.14.17.Pumps - Axial 1.14.18.Pumps - Vacuum 1.14.19.Pumps - Progressing Cavity 1.14.99.Other Pumps, Accessories & Spares 1.16.3.Electricity Meters - Credit 1.16.4.Electricity Meters - Prepayment 1.16.5.Electricity Meters - Programmable 1.16.6.Electrical Metering Control Devices 1.16.7.Meter Accessories & Spares 1.16.8.Meter Tokens & Cards 1.16.12.Electrical Meters - Power Station/Grid 1.16.13.Gas Meters - Credit 1.16.14.Gas Meters - Prepayment 1.16.15.Gas Meters - Electronic 1.16.16.Governors, Regulators & Associated Equipment 1.16.18.Prewired Meter Cabinets 1.16.19.Meter Cabinets & Housings 1.16.99.Other Meters & Associated Equipment 1.17.21.Printing & Photographic Chemicals & Materials 1.19.1.Valves - Air 1.19.2.Valves - Gate/Sluice/Knife 1.19.3.Valves - Hydrants 1.19.4.Valves - Non-Return/Reflux/Check 1.19.5.Valves - Penstock 1.19.7.Valves - Needle/Globe 1.19.8.Valves - Flap 1.19.9.Valves - Butterfly 1.19.10.Valves - Ball 1.19.11.Valves - Diaphragm 1.19.12.Valves - Pressure Control 1.19.15.Valves - Solenoid 1.19.16.Valves - Safety 1.19.17.Actuators 1.19.18.Valves - Float Operated 1.19.19.Valves - Plug 1.19.99.Other Valves, Actuators & Spares 1.20.16.Boats & Marine Vessels 1.20.18.Railway Equipment 1.20.19.Passenger Loading Bridges 1.21.1.Tools & Equipment - Cable Joiners 1.21.2.Tools & Equipment - Overhead Line 1.21.16.Weighing Equipment 1.21.17.Laboratory Equipment 1.22.1.Nuclear Gas Reactor & Core 1.22.2.Nuclear Fuel Assembly 1.22.3.Nuclear Gas Baffle 1.22.4.

Page 171: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Nuclear Gas Diagrid & Support Skirt 1.22.5.Nuclear Shielding 1.22.6.Nuclear Pressure Vessel & Liner 1.22.7.Nuclear Gas Circulators 1.22.8.Nuclear Control Rod & Assembly 1.22.9.Nuclear Reactor Pumps 1.22.10.Nuclear Fuel Route Equipment 1.22.11.Nuclear In-Service Inspection Equipment 1.22.12.Nuclear Island Control & Instrumentation Systems & Spares 1.22.13.Nuclear Reactor Protection Systems & Spares 1.22.14.Radioactive Waste Handling & Reprocessing Equipment 1.22.15.Nuclear Primary Circuit Pipework, Vales & Penetrations 1.22.16.Nuclear Sampling Systems 1.22.17.Nuclear Cooling Water & Heat Removal Systems 1.22.18.Nuclear Containment & Ventilation Systems 1.22.19.Dosimetry Equipment & Control Systems 1.22.20.Nuclear Fire Barrier & Containment Penetrations 1.22.21.Nuclear Fuel Storage Racks & Equipment 1.22.22.Nuclear Robotics/Remote Operations Equipment 1.22.23.Nuclear Fuel 1.22.24.PWR Pressure Vessel & Internals 1.22.25.PWR Pressuriser & Pressure Control Systems 1.22.26.PWR Steam Generator Plant 1.22.27.PWR Chemical & Volume Control/Reactor Make-up Systems 1.22.28.PWR Emergency Boration & Charging Systems 1.22.99.Other Nuclear & Reactor Plant & Equipment 1.23.3.Computer Hardware - Mainframes 1.24.1.Switchgear - Indoor (Below 1kV) 1.24.2Switchgear - Indoor (1kV to 19kV) 1.24.3Switchgear - Indoor (20kV to 99kV) 1.24.4Switchgear - Indoor (100kV to 199kV) 1.24.5Switchgear - Indoor (200kV & Above) 1.24.6Switchgear - Outdoor (Below 1kV) 1.24.7Switchgear - Outdoor (1kV to 19kV) 1.24.8Switchgear - Outdoor (20kV to 99kV) 1.24.9Switchgear - Outdoor (100kV to 199kV) 1.24.10Switchgear - Outdoor (200kV & Above) 1.24.11Switchgear - Multi Motor 1.24.12.Switchgear - Power Factor Correction 1.24.13.Switchgear - Variable Speed/Soft Driven 1.24.14.Switchgear - Direct Current (DC) 1.24.15Switchgear Parts & Accessories 1.24.16.Circuit Breakers 1.24.17.Disconnectors 1.24.99.Other Switchgear 1.26.1.Propane 1.26.2.Butane 1.26.3.Oxygen 1.26.4.Nitrogen 1.26.5.Carbon Dioxide 1.26.6.Sulphur Dioxide 1.26.7.

Page 172: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Sulphur Hexafluoride 1.26.8.Argon Free Oxygen 1.26.9.Hydrogen 1.26.10.Methane 1.26.11.Acetylene 1.26.12.Helium 1.26.13.Laboratory Gases 1.26.14.Medical Gases 1.26.15.Argon 1.26.16.Argonshield 1.26.17.Oxygen Free Nitrogen 1.26.99.Other Industrial Gases 1.27.1.Compressor Station/Aero Engines & Spares 1.27.2.Compressor Station Plant & Spares 1.27.3.Compressor Station Consumables 1.27.4.Compressor Station Fire & Gas Equipment 1.27.5.Compressor Station Safety & Test Equipment 1.27.6.Compressor Station Emission Stacks 1.27.7.Gas Holder Antifreeze Units 1.27.8.Odorisation Equipment 1.27.9.Water Bath Heaters 1.27.10.Fogger/Gas Conditioning Units 1.27.11.Integrated Gas Analytical Systems 1.27.12.Gas Storage Plant & Equipment 1.27.99.Other Gas Transmission/Distribution Plant & Equipment 1.28.0.Substation Materials 1.28.1.Hybrid GIS 275kV (includes integrated control systems) 1.28.2Hybrid GIS 145kV (includes integrated control systems) 1.28.3Dynamic Reactive Compensation and Voltage Support 1.28.4.Comms Multiplexers 1.28.5.PLC Terminal Equipment 1.28.6.Insulators - Station Post 1.28.99.Other Substation Materials 1.60.0.AIRPORT EQUIPMENT 1.60.1.Airport specific information systems 1.60.2.Flight Information Displays (FIDS) (Screens with flight and gateinformation) 1.60.3Flight Management Systems (AODB) (to register passengers per airline andinvoice airlines) 1.60.4Baggage Handling Systems (Insourced/Outsourced) 1.60.5Passenger Queue Measurement Systems 1.61.0.Airport Handling Equipment 1.61.1.Baggage transportation equipment 1.61.2.Baggage classification equipment 1.62.0.Air Traffic Management Systems 1.62.1.Communication systems (VHF-YHF, Tetra Systems) 1.62.2Radars and surveillance systems 1.62.3.Air navigation systems: ILS (Instrumental Landing Systems), NDB, VOR1.62.4.Meteorological equipment: IRVR Transmission meters, AMOs/RAMOS/SAMOS/FAMOS1.63.0.

Page 173: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Airport Firefighting Equipment 1.63.1.Firefighting vehicles - airside 2.40.6.Facilities Management Services - IT 2.41.2.Financial Consultancy 2.41.3.IT Consultancy (excl. E-commerce - use 2.41.17) 2.41.4Change Management Consultancy 2.41.5.Energy Management Consultancy 2.41.6.Estates & Property Consultancy 2.41.7.Health & Safety Consultancy 2.41.8.Procurement & Materials Management Consultancy 2.41.9.Public Relations Consultancy 2.41.10.Security Consultancy 2.41.11.Telecommunications/Telemetry Consultancy 2.41.12.Environmental Consultancy 2.41.13.Quality Assurance Consultancy 2.41.14.Personnel/Human Resources Consultancy 2.41.16.Retail Consultancy 2.41.18.Corporate Planning & Strategy Consulting 2.41.19.Facilities Management Consultancy 2.41.21.Fisheries Consultancy 2.41.22.Risk Management Consultancy 2.41.23.Value Management Consultancy 2.41.99.Other Consultancy 2.44.6.Hazardous Material Handling/Treatment/Disposal Services (incl. Asbestos)2.44.8Decontamination/Pollution Control Services 2.44.12.Waste Management Services (excl. Radioactive - use 3.77.09) 2.45.6Security Services 2.45.8.Occupational Health Services 2.45.9.Hygiene Services 2.45.26.Wayleave Services 2.45.46.Rescue and Emergency Medical Services 2.45.48.CAP699 Competency Management 2.46.0.Airport Operations - Technical Services (Airfield) 2.46.1Wildlife / Bird Management 2.46.2.Stand / Coaching Planning 2.46.3.Slots Planning 2.46.4.Ice Management / Weather Systems 2.46.5.Marshalling 2.46.6.Cargo Systems Management (Processing/Customs) 2.46.7Auditing 2.47.0.Airside Handling 2.47.1.Handling Aircraft - Ramps 2.47.2.Handling Passengers - PRM (People with Reduced Mobility) 3.70.15Building/Office Maintenance & Refurbishment Services 3.70.17.Fire Protection & Maintenance Services (excl. Substation - use 3.75.09)3.70.18Demolition & Clearance Work 3.70.20.Roofing Services 3.70.25.Foundation Services (incl. Piling) 3.70.26Road Construction & Surfacing Services 3.70.27.

Page 174: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Rock Anchor Services 3.70.31.General Building incl. Offices 3.70.32.Security Equipment Installation & Maintenance 3.70.45.Minor Civil Works 3.70.47.Off-shore Structures 3.70.48.Gas Drying Plant 3.70.49.Gas Storage Plant Site Services 3.70.99.Other Building, Civil Engineering & Associated Services 3.71.19.Underground Cable Laying (incl. Excavation & Reinstatement) - Below 1kV3.71.20.Underground Cable Laying (incl. Excavation & Reinstatement) - 1kV to 19kV3.71.21.Underground Cable Laying (incl. Excavation & Reinstatement) - 20kV to 99kV3.71.22.Underground Cable Laying (incl. Excavation & Reinstatement) - 100kV to199kV 3.71.23.Underground Cable Laying (incl. Excavation & Reinstatement) - 200kV &Above 3.71.24.Underground Cable Jointing - Below 1kV 3.71.25.Underground Cable Jointing - 1kV to 19kV 3.71.26.Underground Cable Jointing - 20kV to 99kV 3.71.27.Underground Cable Jointing - 100kV to 199kV 3.71.28.Underground Cable Jointing - 200kV & Above 3.71.29.Underground Cable Maintenance & Repair - Below 1kV 3.71.30.Underground Cable Maintenance & Repair - 1kV to 19kV 3.71.31.Underground Cable Maintenance & Repair - 20kV to 99kV 3.71.32.Underground Cable Maintenance & Repair - 100kV to 199kV 3.71.33.Underground Cable Maintenance & Repair - 200kV & Above 3.71.35.Trenchless Cable Laying 3.71.36.Street Lighting Connection 3.72.1.Water Service Pipe Laying (incl. Excavation & Reinstatement) 3.72.2Water Mains Pipe Laying (incl. Excavation & Reinstatement) 3.72.3Sewer Pipe Laying (incl. Excavation & Reinstatement) 3.72.4Marine/River Outfall 3.72.5.Water Service Pipe Maintenance & Repair 3.72.6.Water Mains Pipe Maintenance & Repair 3.72.7.Sewer Pipe Maintenance & Repair 3.72.9.Pipe Surveying Services 3.72.10.Trenchless Pipe Laying (incl. Pipe Replacement) 3.72.11Borehole & Well Drilling 3.72.13.Pipework Fabrication & Installation 3.72.15.Transmission Pipeline Services 3.72.18.Heating Pipe Services 3.72.19.Flexible Structures, Waterproof Lining Services 3.72.20.Pipeline CCTV/Inspection Services 3.72.21.Pipe Coating / Lining Services 3.72.22.Sewer Jetting Services 3.72.23.Gas Service Pipe Laying (incl. Excavation & Reinstatement) 3.72.24Gas Mains Pipe Laying (incl. Excavation & Reinstatement) 3.72.25Gas Service Pipe Maintenance & Repair 3.72.26.Gas Mains Pipe Maintenance & Repair 3.72.27.

Page 175: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Sub-sea Pipe Laying 3.72.97.Other Gas Pipe Services 3.72.98.Other Water Pipe Services 3.72.99.Other Pipe Services 3.73.1.Boiler Services 3.73.2.Engine Services 3.73.3.Feed System Services 3.73.4.Turbine Services 3.73.5.Generator Services 3.73.6.Fuel System Services 3.73.10.Generation Operation & Maintenance Services 3.73.11.Energy Supply Plant Installation & Operation Services 3.73.12.Power Station - Combined Heat & Power Gas Turbine (CHP) 3.73.13Power Station - Combined Cycle Gas Turbine (CCGT) 3.73.14Power Station - Reciprocating Engine Combined Heat & Power 3.73.15.Steam System Services 3.73.16.Cooling Water System Services 3.73.17.Bulk Storage Services 3.73.19.Ash/Residue Disposal System Services 3.73.20.Combustion Air System Services 3.73.21.Flue Gas Exhaust System Services 3.73.22.Power Station Heating & Ventilation Services 3.73.23.Wind Farm Construction 3.73.24.Wind Power Plant Services (excl. Construction) 3.73.25Hydro-Electric Power Plant Construction 3.73.26.Hydro-Electric Power Plant Services (excl. Construction) 3.73.27Power Station - Conventional Thermal Power Plants 3.73.99.Other Generation Services 3.74.15.Helicopter/Air Transport Services (excl. Overhead Line Surveys - use3.79.17) 3.74.16Generator Hire (Non-system Use) 3.75.2Substation Building Civil Services 3.75.3.Protection & Control System Services 3.75.4.Telecontrol Services 3.75.5.Switchgear Services 3.75.6.Transformer Services 3.75.7.Substation Cabling Services 3.75.8.Substation Plant Dismantling & Removal 3.75.9.Substation Fire Protection Services 3.75.10.Substation Plant Painting Services 3.75.11.Substation Design - Transmission 3.75.12.Substation Construction - Transmission 3.75.13.Substation Design & Construction - Transmission 3.75.14.Substation Turnkey - Transmission 3.75.15.Substation Design - Distribution 3.75.16.Substation Construction - Distribution 3.75.17.Substation Design & Construction - Distribution 3.75.18.Substation Turnkey - Distribution 3.75.19.Substation General Maintenance 3.75.99.Other Substation Services 3.76.1.Technical Consultancy 3.76.2.

Page 176: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Planning Consultancy 3.76.3.Electrical Consultancy - 11kV & Below 3.76.4.Electrical Consultancy - 20kV to 99kV 3.76.5.Electrical Consultancy - 100kV to 199kV 3.76.6.Electrical Consultancy - 200kV & Above 3.76.7.Mechanical Consultancy 3.76.8.Structural Consultancy 3.76.12.Tunnels Consultancy 3.76.15.Topographical Consultancy 3.76.22.Civil Engineering Consultancy 3.76.23.Environmental Impact Surveys 3.76.99.Other Engineering Consultancy 3.77.1.Health Physics Services 3.77.2.Reactor Physics Services 3.77.3.Reactor Core Services 3.77.4.Gas Circulator Services 3.77.5.Control Rod & Assembly Services 3.77.6.Fuel Route Services 3.77.7.Nuclear Island Control & Instrumentation Services 3.77.8.Nuclear Decommissioning 3.77.9.Radioactive Waste Management Services 3.77.10.Nuclear Fuel Services 3.77.11.Nuclear Routine & Outage Plant Maintenance 3.77.12.Nuclear Power Station Outage Management Services 3.77.13.Nuclear Safety Case Preparation & Support Services 3.77.99.Other Nuclear & Reactor Services 3.78.1.Control & Instrumentation Services 3.78.2.Electrical Inspection/Testing Services 3.78.3.Mechanical Inspection/Testing Services 3.78.4.Electrical Installation Services 3.78.5.Mechanical Installation Services 3.78.17.Gas Storage Plant Services 3.78.18.Mechanical Maintenance and Repair Services 3.78.19.Electrical Maintenance and Repair Services 3.78.99.Other Mechanical, Electrical, Instrumentation, Control & AutomationServices 3.79.1.Overhead Line Construction - Wood Pole (11kV & Below) 3.79.2Overhead Line Construction - Wood Pole (20kV to 99kV) 3.79.3Overhead Line Inspection, Maintenance & Repair - Wood Pole (11kV & Below)3.79.4Overhead Line Inspection, Maintenance & Repair - Wood Pole (20kV to 99kV)3.79.5Overhead Line Design - Tower (20kV to 99kV) 3.79.6Overhead Line Design - Tower (100kV to 199kV) 3.79.7Overhead Line Design - Tower (200kV & Above) 3.79.8Overhead Line Construction - Tower (20kV to 99kV) 3.79.9Overhead Line Construction - Tower (100kV to 199kV) 3.79.10Overhead Line Construction - Tower (200kV & Above) 3.79.11Overhead Line Design & Construction - Tower (20kV to 99kV) 3.79.12Overhead Line Design & Construction - Tower (100kV to 199kV) 3.79.13Overhead Line Design & Construction - Tower (200kV & Above) 3.79.14

Page 177: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Overhead Line Inspection, Maintenance & Repair - Tower (20kV to 99kV)3.79.15Overhead Line Inspection, Maintenance & Repair - Tower (100kV to 199kV)3.79.16Overhead Line Inspection, Maintenance & Repair - Tower (200kV & Above)3.79.17Overhead Line Services - Surveying 3.79.18.Overhead Line Services - Tree Cutting 3.79.19.Overhead Line Services - Tower Painting 3.79.20.Overhead Line Services - Scaffolding (System Use) 3.79.21Overhead Line Services - Wood Pole Installation 3.79.24.Overhead Line Construction - Wood Pole (100kV to 199kV) 3.79.25Overhead Line Inspection, Maintenance & Repair - Wood Pole (100kV to199kV) 3.79.99Other Overhead Line Services 3.80.2.Electricity Meter Maintenance & Repair Services 3.80.3.Gas Meter Maintenance & Repair Services 3.80.4.Meter Installation & Removal Services 3.80.5.Meter Operator Services 3.80.6.Meter Calibration Services 3.80.7.Meter Reading Services 3.80.99.Other Meter & Associated Services 3.99.1.Thermal Hydrolysis 3.99.11.Diving Services 3.99.14.Heat Treatment/Hardening Services 3.99.25.Statutory Inspection Services/Safety Assessments 3.99.27.Non-Destructive Testing Services 3.99.28.Scaffolding Services (Non-system Use) 3.99.99Other Engineering Services.Medium Risk 1.1.7.Paints & Varnishes 1.1.8.Insulation Equipment & Materials 1.1.10.Security Equipment 1.1.20.Fasteners & Fixings 1.1.21.Flood Defence/Landscaping Building Products 1.1.30.Plumbing Equipment & Sundries 1.3.1.Waterproof Clothing 1.4.1.Telecommunications Equipment & Accessories (excl. PABX - use 1.04.23)1.4.3Voice Processing & Other Speech Related Products 1.4.7.Mobile Radio Equipment 1.4.21.ISDN Equipment 1.4.22.C.L.A.S.S. Equipment 1.4.23PABX Equipment 1.4.24.Payphones & Spares 1.4.99.Other Telecommunications Equipment 1.5.12.Telecommunications Cable 1.5.13.Fibre Optic Cable 1.5.14.Fibre Optic Cable Accessories 1.5.19.Link Boxes 1.6.14.Stranded Wire Products 1.8.23.

Page 178: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Optical Instruments 1.10.18.Fuel Oil 1.10.19.Hydraulic Fluids 1.10.99.Other Energy, Oils & Fuels 1.17.24.Storage/Warehouse Equipment & Supplies 1.17.25.Packaging Equipment & Supplies 1.17.80.Recycling Supplies 1.17.81.Recycling Equipment 1.18.1.Pipes & Fittings - Fibre Cement 1.18.2.Pipes & Fittings - Concrete 1.18.3.Pipes & Fittings - Ductile Iron 1.18.4.Pipes & Fittings - Copper 1.18.5.Pipes & Fittings - Clay 1.18.6.Pipes & Fittings - High Density Polyethylene (HDPE) 1.18.7Pipes & Fittings - Medium Density Polyethylene (MDPE) 1.18.8Pipes & Fittings - MOPVC 1.18.9.Pipes & Fittings - PVC 1.18.10.Pipes & Fittings - Steel 1.18.11.Pipe Fittings - Clamps & Collars 1.18.12.Pipe Fittings - Couplings & Flanged Adapters 1.18.13.Pipe Fittings - Electrofusion Fittings 1.18.14.Pipe Fittings - Gunmetal 1.18.15.Pipe Fittings - Plastic 1.18.16.Pipes & Fittings - Stainless Steel 1.18.17.Ducting 1.18.18.Water Flange Joint Sets 1.18.19.Pipe Accessories, Consumables & Associated Supplies 1.18.20.Surface Boxes & Chambers 1.18.25.Leak Detection, Control & Repair Equipment/Materials 1.18.26.Pipes & Fittings - GRP 1.18.27.Standpipes 1.18.99.Other Pipes 1.20.1.Passenger Cars 1.20.2.Vans - Car-derived 1.20.3.Commercial Vehicles 1.20.6.Specialist Vehicles, Tankers, Bodies & Trailers 1.20.7.Tyres & Tubes 1.20.8.Cable/Pipe Laying Plant 1.20.9.Mobile Plant (excl. Mechanical Handling Plant - use 1.20.13) 1.20.10Trenchless Equipment 1.20.11.Access Platforms & Equipment 1.20.12.Horticultural Equipment 1.20.13.Cranes (Mobile) & Mechanical Handling Plant/Equipment 1.20.14.Garage Equipment 1.20.15.Vehicle/Mobile Plant Parts & Accessories 1.20.21.Fuel Delivery, Storage and Dispensing Equipment 1.20.98.Other Transport 1.20.99.Other Mobile Plant 1.21.3.Insulated Tools 1.21.6.Power Tools (incl. Pneumatic/Hydraulic) 1.21.8Test & Inspection Equipment 1.21.9.

Page 179: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Workshop Machinery & Equipment 1.21.10.Industrial Cleaning Equipment 1.21.14.Welding & Cutting Equipment (incl. Consumables) 1.21.15Tools & Equipment - Pipeline 1.21.18.Pollution Control Equipment 1.21.20.Port/Marine Tools & Equipment 1.21.99.Other Tools & Specialist Equipment 1.23.99.Other Computer Equipment & Supplies 2.40.8.Telecommunication Network Services 2.40.11.IT Network Services 2.40.12.Internet/Intranet Services 2.40.13.Telecommunication Equipment & Associated Services 2.40.14.Call Centre Services 2.40.15.E-commerce Services 2.40.99Other Telecommunication Services (excl. Line Construction, Maintenance &Repair) 2.41.17E-commerce Consultancy 2.41.20Marketing & Advertising Consultancy 2.41.27.Insurance Consultancy 2.41.28.Corporate Social Responsibility Consultancy 2.42.16.Insurance Brokerage 2.43.1.Travel Agency Services 2.43.2.Hotel/Accommodation Services 2.43.99.Other Hotel, Travel & Catering Services 2.44.1.Sewage/Sludge Disposal Services 2.44.3.Refuse/General Waste Disposal Services 2.44.7.Non-hazardous Disposal Services 2.44.10.Recycling Services 2.44.11.Waste Skip Hire 2.44.99.Other Disposal Services 2.45.3.Printing & Publication Services (excl. Pre-printed Stationery - use1.17.13) 2.45.7Training & Education Services - Functional 2.45.11.Office & Depot Cleaning Services 2.45.14.Market Research Services 2.45.15.Postal & Mailing Services (excl. Courier Services - use 3.74.05) 2.45.19Facilities Management (excl. IT - use 2.40.06) 2.45.28Graphic & Media Design Services 2.45.31.Marketing & Advertising Services 2.45.32.Audit Services (excl. Financial - use 2.42.08) 2.45.33Asset Management/Operation Services 2.45.99.Other Business & Administrative Services 3.70.14.Industrial Painting & Specialist Coating Services 3.70.16.Grounds Care Maintenance 3.70.19.Lift/Escalator Services 3.70.21.Concrete Services 3.70.22.Fencing Services 3.70.23.Land Reinstatement Services 3.70.24.Landscaping Services (incl. Earthworks) 3.70.33Modular Structures 3.70.34.Heating, Ventilation & Air Conditioning Services (excl. Power Station -

Page 180: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

use 3.73.22) 3.70.35Insulation Services 3.70.61.Rope Access and Abseiling Services 3.71.99.Other Underground Cable Services 3.74.1.Vehicle Accident & Repair Services 3.74.3.Vehicle Maintenance 3.74.8.Mobile Plant Hire Services 3.74.10.Mobile Plant Maintenance 3.74.13.Vehicle Disposal Services 3.74.21.Weighbridge Services 3.74.23.Generator Hire (System Use) 3.76.14Quantity Surveying 3.76.19.Archaeological Consultancy & Surveys 3.76.21.Architectural Services 3.76.25.Pipeline Consultancy 3.76.27.[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 181: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Glasgow: agricultural, farming, fishing, forestry and related products PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168958-2012 Part 2 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 2 - Supply contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 03000000, 09000000, 14000000, 15000000, 16000000, 18000000, 19000000, 22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 37000000, 38000000, 39000000, 41000000, 42000000, 43000000, 44000000, 48000000 Agricultural, farming, fishing, forestry and related products, Petroleum products, fuel, electricity and other sources of energy, Mining, basic metals and related products, Food, beverages, tobacco and related products, Agricultural machinery, Clothing, footwear, luggage articles and accessories, Leather and textile fabrics, plastic and rubber materials, Printed matter and related products, Chemical products, Office and computing machinery, equipment and supplies except furniture, and software packages, Electrical machinery, apparatus, equipment and consumables lighting, Radio, television, communication, telecommunication and related equipment, Medical equipments, pharmaceuticals and personal care products, Transport equipment and auxiliary products to transportation, Security, fire-fighting, police and defence equipment, Musical instruments, sport goods, games, toys, handicraft, art materials, and accessories, Laboratory, optical and precision equipments (excl. glasses), Furniture (incl. office furniture), furnishings, domestic appliances, (excl. lighting) and cleaning products, Collected and purified water, Industrial machinery, Machinery for mining, quarrying, construction equipment, Construction structures and materials auxiliary products to construction, (except electric apparatus), Software package and information systems AGENCY: SCOTTISH POWER PLC COUNTRY: GB. LANGUAGE: EN

Part 2 of 2Geotechnical Site Investigation Services 3.78.8.Compressed Air/Gas System Services 3.78.9.Metal & Steel Fabrication Services 3.78.12.Deplanting/Decommissioning Services 3.78.15.Gas Network Plant Services 3.78.16.Lighting Services 3.99.3.Calibration Services (excl. Meter - use 3.80.06) 3.99.9Tool, Instrument & Specialist Equipment Services 3.99.13.Anti Corrosion & Cathodic Protection Services 3.99.19.Joint Sealing Services 3.99.24.Flood Defence Services 3.99.29.Industrial Cleaning Services 3.99.31.

Page 182: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Welding Services 3.99.32.Monitoring Services 3.99.33.Laboratory Services 3.99.35.Fisheries Services 3.99.36.Salvaging Services.Low Risk 1.1.1.Sand 1.1.2.Gravel 1.1.3.Aggregate & Stone 1.1.4.Reinstatement Products 1.1.5.Concrete Ready Mixed 1.1.6.Pre-Cast Building Products 1.1.9.Mobile Accommodation Units (excl. Hire - use 3.74.29) 1.1.11Enclosures & Kiosks (excl. Meter Housings - use 1.16.19) 1.1.12Signs (excl. Road Signs - use 1.01.13) 1.1.13Road Furniture 1.1.14.Fencing 1.1.15.Steel/Metal Materials (excl. Cables & Pipes) 1.1.16Timber Materials (excl. Wood Poles - use 1.06.13) 1.1.17Horticultural Products 1.1.18.Underground Marker Materials 1.1.19.Insulation/Plastic Tape 1.1.22.Domestic Appliances 1.1.23.Adhesives & Sealants - General 1.1.24.Airport/Port Security Equipment 1.1.25.Environmental/Reclaimed Building Products 1.1.26.Prefabricated Buildings 1.1.27.Industrial Consumables 1.1.28.Off-shore Structure Equipment 1.1.98.Other Quarry Products 1.1.99.Other Building/Civil Products 1.2.1.Aluminium Sulphate 1.2.2.Activated Carbon 1.2.3.Calcium Hydroxide 1.2.4.Chlorine 1.2.5.Ferric Chloride 1.2.7.Hydrogen Peroxide 1.2.8.Phosphoric Acid 1.2.9.Poly Aluminium Chloride 1.2.10.Potassium Permanganate 1.2.12.Sodium Chloride 1.2.15.Sodium Silicate 1.2.16.Sodium Thiosulphate 1.2.19.Trichloroethane 1.2.20.Distilled Water 1.2.22.Reagents/Buffer Solutions 1.2.24.Ammonium Sulphate 1.2.25.Sodium Carbonate 1.2.28.Sodium Bicarbonate 1.2.29.Sodium Bisulphite 1.2.30.Hexafluorosilicic Acid 1.2.31.

Page 183: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Ferrous Sulphate 1.2.32.Ferrous Chloride 1.2.33.Calcium Nitrate 1.2.34.Calcium Oxide 1.2.36.Odourant - Mains Gas 1.2.37.Ferric nitrate 1.2.38.Aluminium Chloride 1.2.96.Other Sodium-based Chemicals 1.2.97.Other Calcium-based Chemicals 1.2.98.Other Iron-based Chemicals 1.3.3.Work Wear/Corporate Clothing 1.3.5.Footwear (excl. Protective - use 1.03.06) 1.3.99Other Clothing & Footwear 1.4.26.Radio Clocks 1.5.16.Control & Instrumentation Cable 1.5.17.Control & Instrumentation Cable Accessories 1.5.18.Solder 1.6.10.Overhead Line Towers 1.8.25.Photographic Equipment 1.8.27.Evaporators, Refrigerators & Cryogenerators (excl. Air Conditioning - use1.08.13) 1.8.28Docking Guidance Systems 1.8.29.Car Park Equipment & Systems 1.8.30.Airfield Lighting 1.8.31.Ticket Vending Machines 1.10.11.Petrol 1.10.16.Paraffin 1.10.17.Heating Oils 1.10.23.Degreasants & Solvents 1.10.25.Biodegradable Oils 1.11.24.Solar Power Production Equipment 1.16.1.Water Meters (Encoded) 1.16.2Water Meters (Non-Encoded) 1.17.1Office Equipment (excl. Printers - use 1.23.04) 1.17.2Office Furniture 1.17.3.Office Stationery 1.17.4.Office Furnishings & Fittings (excl. Furniture - use 1.17.02) 1.17.5Audio & Visual Equipment & Accessories 1.17.7.Drawing Office Equipment & Supplies 1.17.9.Paper & Card 1.17.13.Pre-Printed Stationery/Supplies 1.17.16.Publications (Off-The-Shelf) 1.17.17Paper Maps 1.17.18.Janitorial Equipment & Supplies 1.17.22.Catering Equipment 1.17.23.Catering Supplies 1.17.26.Security Printing 1.17.27.Pre-Printed Plastic Cards 1.17.99.Other Office Materials & Supplies 1.20.17.Bicycles & Spares 1.20.20.Baggage Trolleys 1.21.4.

Page 184: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Hand Tools (Non-Powered) 1.21.5Tools & Equipment - Drilling 1.21.11.Workshop Cleaning Consumables 1.21.13.Abrasive Products 1.21.19.Ladders 1.23.1.Computer Hardware & Accessories - Workstations/Servers 1.23.2.Computer Hardware & Accessories - Portable 1.23.4.Computer Peripherals 1.23.5.Network Equipment & Accessories 1.23.6.Software Development Tools 1.23.7.General Business Software (Off-The-Shelf) 1.23.8Specialist Business Software (excl. Software Development - use 2.40.02)1.23.9Technical Software 1.23.10.Utility Software 1.23.11.Computer Consumables (excl. Laser/Inkjet Paper - use 1.17.09) 1.23.12Computer Systems 1.25.1.Digestors - Sewage & Sludge 1.25.2.Macerators 1.25.3.Odour Control Equipment 1.25.4.Dewatering Equipment 1.25.5.Waste Water Scrapers 1.25.6.Screens & Associated Equipment 1.25.7.Disinfection Equipment 1.25.8.Dosing Plant 1.25.9.Sulphinators 1.25.10.Mixing Units 1.25.11.Incineration Equipment 1.25.12.Comminutor (Pulverization) Equipment 1.25.13.Detritor (Grit Removal) Equipment 1.25.14.Classifier Equipment 1.25.15.Aeration Equipment 1.25.16.Surge Suppression Equipment 1.25.99.Other Water Treatment Plant 2.40.1.Hardware Services 2.40.2.Software Development Services 2.40.3.Software Support Services 2.40.4.IT Training 2.40.7.Recruitment Services - IT 2.40.10.Data Collection & Handling Services (excl. Meter Reading - use 3.80.07)2.40.16Escrow Services 2.40.17.IT Disaster Recovery Services 2.40.98.Other Computer Services 2.41.15.Community Relations Consultancy 2.41.29.Public Consultation Consultancy 2.42.1.Banking Services 2.42.2.Insurance Services 2.42.3.Pension Funding Services 2.42.4.Financial Leasing Services 2.42.5.Cash Collection Services 2.42.6.

Page 185: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Accountancy Services 2.42.7.Shareholder Services 2.42.8.Financial Audit Services 2.42.9.Debt Collection Services 2.42.10.Claims Management Services 2.42.11.Licensing Services 2.42.12.Recruitment Services - Finance 2.42.13.Auction Services 2.42.14.Credit/Procurement Card Services 2.42.17.Customer Acquisition Services 2.42.99.Other Financial & Accountancy Services 2.43.3.Catering Services (Offsite) 2.43.4Catering Services (Onsite) 2.43.5Vending Machine Services 2.44.2.Scrap Disposal Services 2.44.4.Sanitation Services 2.44.5.Vermin Control Services 2.45.1.Legal Services 2.45.2.Photographic Services 2.45.4.Public Relations Services 2.45.5.Recruitment Services (excl. IT & Finance - use 2.40.07 & 2.42.12) 2.45.10Conference/Event Management Services (incl. Entertainment) 2.45.12Window Cleaning Services 2.45.13.Laundry Services 2.45.16.Real Estate Services 2.45.17.Furniture Maintenance & Repair Services 2.45.18.Office Equipment Services 2.45.20.Meteorological Services 2.45.22.Technical/Procedural Writing Services 2.45.23.Subscription Services 2.45.25.Removal/Relocation Services (excl. Storage Services - use 3.74.07) 2.45.27Promotional/Corporate Goods 2.45.29.Personnel/Human Resources Services 2.45.30.Language Translation Services 2.45.35.Plastic Card Fulfilment Services 2.45.36.Training & Education Services - Personnel Related 2.45.47.Sales Service 3.70.1.Pumping Station - Clean Water 3.70.2.Pumping Station - Waste Water 3.70.3.Treatment Works - Waste Water 3.70.4.Treatment Works - Clean Water 3.70.5.Water Tower 3.70.6.Reservoir/Dam/Weir/Lock 3.70.7.Tunnelling & Shafts (incl. Penstocks) 3.70.8Gas Storage Leaching 3.70.11.Carpentry Services 3.70.12.Plumbing Services 3.70.13.Electrician Services 3.70.36.Flood Defence Construction 3.70.37.Carpark Construction 3.70.38.Airport Construction 3.70.39.

Page 186: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Pipeline Construction 3.70.40.Harbour & Marine Engineering Works 3.70.41.Land Reclamation Works & Services 3.70.42.Railway Construction 3.70.43.Gas Transmission System Plant Construction 3.70.44.Gas Transmission System Plant Repairs & Upgrades 3.70.46.Bridge Construction 3.70.50.Bridge Maintenance 3.71.16.Subsea Cable Services 3.71.17.Underground Telecommunication Cable Laying (incl. Excavation &Reinstatement) 3.71.18Underground Telecommunication Cable Maintenance & Repair 3.71.34.Multi-utility Cable & Pipe Laying (incl. Excavation & Reinstatement)3.73.28Microgeneration Services 3.74.2.Vehicle Bodybuilding 3.74.4.Vehicle Recovery Services 3.74.5.Courier Services 3.74.6.Transportation Services 3.74.7.Storage & Warehousing Services 3.74.9.Mechanical Handling Equipment Maintenance (excl. Fixed Cranes - use3.74.26) 3.74.11Windscreen Replacement 3.74.12.Vehicle Washing Services 3.74.14.Vehicle Leasing & Hire Services 3.74.17.Traffic Lights Hire 3.74.19.Fleet Management Services 3.74.20.Railway Track Maintenance 3.74.22.Signing, Guarding & Lighting Services (NRSWA) 3.74.24Tool Hire 3.74.25.Boats/Marine Vessel Maintenance 3.74.26.Fixed Crane Services 3.74.27.Traffic Management Services 3.74.28.Garage/Workshop Equipment Maintenance 3.74.29.Mobile Accomodation Unit Hire 3.74.30.Fuel Card Services 3.74.31.Marine Equipment Maintenance & Repair Services (excl. Boats - use 3.74.25)3.74.34Haulage - low-loader (except Haulage - general - see 3.74.6) 3.74.98Other Hire Services 3.74.99.Other Transport & Storage Services 3.76.9.Cathodic Protection Consultancy 3.76.10.Hydrology & Hydrogeology Consultancy 3.76.11.Process Consultancy 3.76.13.Dams Consultancy 3.76.17.Scientific Consultancy 3.76.18.Surveying Services (excl. Overhead Line & Pipeline Surveying) 3.76.20Control & Instrumentation Consultancy 3.76.24.Hydraulic Modelling Consultancy 3.76.26.Project Management Consultancy 3.76.28.Cartography Services (incl. Section 105) 3.76.29

Page 187: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Airfield Consultancy 3.76.30.Fire Consultancy 3.76.31.Flood Defence Consultancy 3.76.32.Harbour & Marine Consultancy 3.76.33.Port Planning Services 3.76.34.Gas Network Consultancy & Services 3.76.35.Railway Consultancy 3.78.6.Pump Services 3.78.7.Valve Services 3.78.10.Motor Rewind Services 3.78.11.Machining Services 3.78.13.Gas Appliance Services 3.78.14.Water Treatment Plant Services 3.79.22.Telecommunication Overhead Line Construction 3.79.23.Telecommunication Overhead Line Maintenance & Repair 3.80.1.Water Meter Maintenance & Repair Services 3.99.4.Research & Development 3.99.5.Testing & Analysis Services 3.99.12.Agricultural & Land Drainage Services 3.99.23.Dredging Services 3.99.34.Canal & River Services (excl. River Defence - use 3.99.24) 3.99.37Hydrographic Services 3.99.40.Product Testing 3.99.41.Machinery Testing 3.99.42.Compliance and Assessing Services 3.99.43.Ecology and Biodiversity.II.4) Common procurement vocabulary (CPV)03000000, 09000000, 14000000, 15000000, 16000000, 18000000, 19000000,22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000,35000000, 37000000, 38000000, 39000000, 41000000, 42000000, 43000000,44000000, 48000000II.5) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesSection III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Qualification for the system:Conditions to be fulfilled by economic operators in view of theirqualification: Conditions to be fulfilled by economic operators in view oftheir qualification: The UVDB / Verify will be the first stage ofqualification and will either be used as the basis for tender selection ormay be supplemented by additional qualification criteria established byScottish Power Plc in specific product or service areas.It should be noted that Scottish Power Plc reserves the right not to usethe UVDB for certain contracts where it deems it necessary. Where suchcontracts are covered fully by the EU procurement legislation it willinstead publish a separate call for competition for that contract in theSupplement to the Official Journal of the European Union.Scottish Power Plc also reserves the right to use the UVDB / Verify in thecompilation of tender lists for contracts not covered fully by the EUprocurement legislation.The UVDB system has led to savings to both economic operators (vendors)

Page 188: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

and purchasers and ensures that vendors benefit from a reduced workloadwhilst their applications are dealt with fairly and consistently bysubscribing utilities.The administrative costs are being met by the subscribing utilities andvendors. Vendors registering will therefore be required to make acontribution of 515 GBP for up to 7 product codes, 640 GBP for 8 to 14product codes, 815 GBP for 15 to 21 product codes and 1 015 GBP for 21 ormore product codes (plus VAT for UK applicants) annually towards thesecosts which is payable prior to dispatch of registration material.Suppliers or contractors who have already registered on the UVDB need notreapply, but may wish to ensure that they are entered under all relevantproduct or service categories. Where Verify is required they should ensurethat they have been audited to the appropriate Verify level as the contentand pricing structure depends on risk level. Verify Category A 260 GBP,Verify Category B1 1 145 GBP, Verify Category B2 1 560 GBP and VerifyCategory C 1 145 GBP. Please note that for factory audits under VerifyCategory D, the prices may vary so please contact Achilles for a quote.Means of access to the qualification system is on a permanent basis.Methods according to which each of those conditions will be verified:These will be described in the details of the scheme available from theUVDB team.Section V: ProcedureIV.1) Award criteriaIV.1.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications or in the invitation to tender or to negotiateIV.1.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction:IV.2) Administrative informationIV.2.1) File reference number attributed by the contracting entity:Scottish Power Plc-QSN-Supplies-May-2012IV.2.2) Duration of the qualification systemIndefinite durationIV.2.3) Information about renewalsRenewal of the qualification system: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: yesReference to project(s) and/or programme(s): Some contracts may befinanced by EU Funds.VI.3) Procedures for appealVI.3.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Subscriberssubject to the EU procurement legislation of England, Wales and NorthernIreland will, where appropriate, incorporate a minimum 10 calendar daystandstill period (or 15 days if non electronic or fax methods used) atthe point that information on the award of the contract is communicated totenderers. If an appeal regarding the award of a contract has not beensuccessfully resolved then the Public Contracts Regulations 2006 provide

Page 189: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

for aggrieved parties who have been harmed or are at risk of harm by abreach of the rules to take action in the High Court (England, Wales andNorthern Ireland).VI.4) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 190: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Glasgow: construction work PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168959-2012 Part 1 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 1 - Public works contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 45000000 Construction work AGENCY: SCOTTISH POWER PLC COUNTRY: GB. LANGUAGE: EN

Part 1 of 2Qualification system – utilitiesDirective 2004/17/ECThis notice is a call for competition yesSection I: Contracting entityI.1) Name, addresses and contact point(s)Scottish Power PlcCathcart Business Park, Spean StreetG44 4BE GlasgowUNITED KINGDOMTelephone: +44 1235838190E-mail: [email protected] address(es):General address of the contracting entity: http://www.achilles.comAddress of the buyer profile: http://www.scottishpower.comElectronic submission of tenders and requests to participate:http://www.scottishpower.com/becomespsupplier.aspI.2) Main activityProduction, transport and distribution of gas and heatElectricityExploration and extraction of gas and oilI.3) Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contractingentities: noSection II: Object of the qualification systemII.1) Title attributed to the contract by the contracting entity:UVDB (Utlities Vendor Database).II.2) Type of contractWorksII.3) Description of the works, services or goods to be procured through

Page 191: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

the qualification system:This notice is to indicate that Scottish Power Plc will use the.UVDB system, which is managed by Achilles.Information.Limited, as a system for the registration of suppliers,Contractors and.Service providers (vendors) for the purposes of.Awarding contracts of any.Value that are fully covered by the EU procurement.Legislation and may use.It for other contracts. This notice represents a call for.Competition.Under the relevant legislation.From 27th September 2011 When selecting suppliers.To tender for contracts, for certain types of.Contract it considers to represent a high risk to its.Operations, Scottish Power Plc will require suppliers to be.On the UVDB and audited using the Achilles Verify.Supplier audit system. These types of contract are.Indicated below, identified by Achilles code numbers.Suppliers must ensure UVDB.Registration and completion of Verify audit.Requirements to be considered.For selection for tender lists for these types of.Contracts.This notice also includes Achilles code numbers for.Other.Contracts, where Scottish Power Plc considers the risk to its.Operations as lower. In.Order to be considered for selection for Medium Risk.Tender lists for these types of.Contracts only UVDB registration is required initially.And in order to be considered for selection for Low.Risk tender lists for these types of below threshold.Contracts, only TSMS registration is required. Low.Risk suppliers who wish to be considered for over.Threshold contracts will be required to register on.UVDB as well.High Risk.1.1.35.Fixtures & Fittings.1.2.6.Ferric Sulphate.1.2.13.Sodium Hydroxide.1.2.14.Sodium Hypochlorite.1.2.17.Sulphuric Acid.1.2.18.Polyelectrolytes.

Page 192: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.2.21.Laboratory Chemicals.1.2.23.Hydrochloric Acid.1.2.27.Hydrazine Hydrate.1.2.35.Molten Sulphur.1.2.99.Other Chemicals.1.3.2.Protective Clothing.1.3.6.Personal Protective Equipment.1.3.8.First Aid Kits & Supplies.1.4.4.Telecommunication Transmission Equipment.1.4.5.Telemetry Equipment.1.4.6.Scada & Telecontrol Equipment.1.4.8.Microwave (incl. UHF Scanning).1.4.9.Antennae/Aerial Masts.1.4.25.Communication Tower Steel Structures.1.4.27.Synchronising Equipment (incl. Interfacing Equipment).1.4.28.Satellite Communications Equipment.1.4.29.Radar Equipment.1.5.1.Underground Mains & Service Cable - Below 1kV.1.5.2.Underground Mains Cable - 1kV to 19kV.1.5.3.Underground Mains Cable - 20kV to 99kV.1.5.4.Underground Mains Cable - 100kV to 199 kV.1.5.5.Underground Mains Cable - 200kV & Above.1.5.6.Underground Cable Joints, Terminations & Jointing Materials - Below 1kV.1.5.7.Underground Cable Joints, Terminations & Jointing Materials - 1kV to 19kV.1.5.8.Underground Cable Joints, Terminations & Jointing Materials - 20kV to99kV.

Page 193: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.5.9.Underground Cable Joints, Terminations & Jointing Materials - 100kV to199kV.1.5.10.Underground Cable Joints, Terminations & Jointing Materials - 200kV &Above.1.5.11.General Wiring Cable.1.5.15.Cable Accessories (excl. Ducting - use 1.18.17).1.5.99.Other Cables (excl. Underground Marker Materials - use 1.01.18).1.6.1.Covered Overhead Line Conductor.1.6.2.Bare Overhead Line Conductor.1.6.4.Conductor Fittings.1.6.5.Helical Fittings.1.6.6.Insulator Fittings.1.6.7.Electrical Insulators - Porcelain.1.6.8.Electrical Insulators - Glass.1.6.9.Electrical Insulators - Polymeric.1.6.11.Overhead Line Accessories.1.6.12.Overhead Line Steelwork.1.6.13.Overhead Line Poles.1.6.99.Other Overhead Line Equipment & Accessories.1.7.2.Transformers - Distribution Ground Mounted (2000kVA & Below).1.7.3.Transformers - Distribution Pole Mounted (315kVA & Below).1.7.4.Transformers - Generator.1.7.5.Transformer Ancillary Equipment.1.7.20.Transformers - Current.1.7.21.Transformers - Voltage.1.7.24.Substations - Unit/Composite.1.7.27.

Page 194: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Transformers - Primary (Below 10MVA).1.7.28.Transformers - Primary (10MVA to 100MVA).1.7.29.Transformers - Grid (Above 100MVA).1.7.30.Tap Changing Equipment.1.7.31.Transformer Bushings.1.7.32.Quadrature Boosters.1.7.33.Voltage Regulators.1.7.34.Reactors.1.7.35.Capacitors.1.7.99.Other Transformers.1.8.5.Distribution Boards (1kV & Below).1.8.6.Earthing Equipment.1.8.7.Electrical Motors.1.8.10.Primary Cells, Batteries & Chargers.1.8.11.Portable Power Supplies/Mobile Generators (excl. Fixed Generators - use1.11.06).1.8.13.Heating, Ventilation & Air Conditioning Equipment (excl. Power Station -use 1.11.18).1.8.14.Trace Heating Equipment.1.8.15.Busbars & Support Structures.1.8.16.Motor Control Centres & Spares.1.8.17.Electronic Cards & Systems.1.8.18.Programmable Logic Controllers (PLC's).1.8.19.Lighting & Accessories (excl. Street Lighting).1.8.20.Electrical/Electronic Components.1.8.21.Control & Instrumentation Systems & Spares (excl. Nuclear - use 1.22.12).1.8.22.Control & Instrumentation Automation Hardware.

Page 195: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.8.24.Instrumentation & Associated Equipment (excl. Optical).1.8.26.Detection/Monitoring Equipment (excl. Leak Detection - use 1.18.25).1.8.99.Other Electrical, Control & Instrumentation Equipment.1.9.2.Cut Outs.1.9.5.Relays.1.9.9.Fuses - Below 1kV.1.9.10.Fuses - 1kV to 11kV.1.9.11.Fuses - Above 11kV.1.9.12.Surge Diverters/Arrestors.1.9.13.Distribution Fuse Cabinets/Pillars.1.9.14.Fault Passage Indicators.1.9.15.Uninterruptible Power Supply (UPS) Systems.1.9.16.Lightning Protection Equipment.1.9.17.Control & Protection Cabinets/Cabins for Substations (38kV & Above).1.9.99.Other Electrical Protection Equipment.1.10.1.Electricity.1.10.2.Natural Gas.1.10.10.Solid Fuel.1.10.14.Insulating Oils.1.10.15.Lubricating Oils.1.10.24.Greases.1.10.26.Fuel Additives.1.10.27.Mains Water (Potable).1.10.28.Alternative/Emergency Water Supplies.1.11.1.Industrial Hot Water Boilers (excl. Domestic Boilers - use 1.01.22).1.11.2.

Page 196: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Steam Boilers.1.11.3.Boiler Ancillary Equipment.1.11.4.Generators - Power Station.1.11.6.Engines & Engine Spares (excl. Mobile Generators - use 1.08.11).1.11.7.Cooling Systems & Spares.1.11.8.Fuel & Oil Systems & Spares.1.11.9.Feed Water Systems & Spares.1.11.10.Turbines & Spares - Steam.1.11.11.Solid Fuel Supply Systems & Spares.1.11.12.Liquid Fuel Supply Systems & Spares.1.11.13.Gas Fuel Supply Systems & Spares.1.11.14.Ash/Residue Disposal Systems & Spares.1.11.15.Combustion Air Systems & Spares.1.11.16.Flue Gas Exhaust Systems & Spares.1.11.17.Turbines & Spares - Gas.1.11.18.Power Station Heating & Ventilation Equipment.1.11.19.Wind Power Production Equipment.1.11.20.Hydro-Electric Power Production Plant.1.11.21.Bio Energy Production Equipment.1.11.22.Wave Motion Power Production Equipment.1.11.23.Combined Heat & Power (CHP) Plant.1.11.98.Other Boilers & Boiler Spares.1.11.99.Other Generation Plant & Equipment.1.13.1.Bearings & Transmission Products.1.13.2.Mechanical Seals & Gaskets.1.13.3.Blowers, Exhausters & Fans.

Page 197: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.13.4.Conveyor Systems incl. Belts.1.13.5.Tanks & Covers (excl. Fuel - use 1.20.21).1.13.7.Filters (excl. Car Filters - use 1.20.15).1.13.16.Compressed Air/Gas Systems (incl. Fixed Compressors & Vessels).1.13.17.Fire Fighting Equipment.1.13.24.Oil & Gas Powered Motors.1.13.35.Centrifuges.1.13.36.Drive Belts, Chains & Couplings.1.13.37.Cranes (Fixed Location).1.13.40.Rubber Hoses & Couplings.1.13.41.Lifting Gear, Winches & Other Lifting Equipment.1.13.42.Overhead Gantries & Walkways.1.13.43.Gas & Air Treatment Plant.1.13.44.Lubrication Equipment.1.13.45.Skid Units/Pressure Reduction Modules.1.13.99.Other Mechanical Machinery, Equipment & Spares.1.14.1.Pumps - Centrifugal.1.14.2.Pumps - Submersible.1.14.3.Pumps - Positive Displacement.1.14.5.Pumps - Split Case.1.14.6.Pumps - Double Disk.1.14.9.Pumps - Washwater Pump Sets.1.14.10.Pumps - Metering & Dosing.1.14.11.Pumps - Borehole.1.14.12.Pumps - Macerator.1.14.13.

Page 198: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Pumps - Peristaltic.1.14.14.Pumps - Portable.1.14.15.Pumps - Hydraulic.1.14.16.Pumps - Screw.1.14.17.Pumps - Axial.1.14.18.Pumps - Vacuum.1.14.19.Pumps - Progressing Cavity.1.14.99.Other Pumps, Accessories & Spares.1.16.3.Electricity Meters - Credit.1.16.4.Electricity Meters - Prepayment.1.16.5.Electricity Meters - Programmable.1.16.6.Electrical Metering Control Devices.1.16.7.Meter Accessories & Spares.1.16.8.Meter Tokens & Cards.1.16.12.Electrical Meters - Power Station/Grid.1.16.13.Gas Meters - Credit.1.16.14.Gas Meters - Prepayment.1.16.15.Gas Meters - Electronic.1.16.16.Governors, Regulators & Associated Equipment.1.16.18.Prewired Meter Cabinets.1.16.19.Meter Cabinets & Housings.1.16.99.Other Meters & Associated Equipment.1.17.21.Printing & Photographic Chemicals & Materials.1.19.1.Valves - Air.1.19.2.Valves - Gate/Sluice/Knife.1.19.3.Valves - Hydrants.

Page 199: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.19.4.Valves - Non-Return/Reflux/Check.1.19.5.Valves - Penstock.1.19.7.Valves - Needle/Globe.1.19.8.Valves - Flap.1.19.9.Valves - Butterfly.1.19.10.Valves - Ball.1.19.11.Valves - Diaphragm.1.19.12.Valves - Pressure Control.1.19.15.Valves - Solenoid.1.19.16.Valves - Safety.1.19.17.Actuators.1.19.18.Valves - Float Operated.1.19.19.Valves - Plug.1.19.99.Other Valves, Actuators & Spares.1.20.16.Boats & Marine Vessels.1.20.18.Railway Equipment.1.20.19.Passenger Loading Bridges.1.21.1.Tools & Equipment - Cable Joiners.1.21.2.Tools & Equipment - Overhead Line.1.21.16.Weighing Equipment.1.21.17.Laboratory Equipment.1.22.1.Nuclear Gas Reactor & Core.1.22.2.Nuclear Fuel Assembly.1.22.3.Nuclear Gas Baffle.1.22.4.Nuclear Gas Diagrid & Support Skirt.1.22.5.

Page 200: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Nuclear Shielding.1.22.6.Nuclear Pressure Vessel & Liner.1.22.7.Nuclear Gas Circulators.1.22.8.Nuclear Control Rod & Assembly.1.22.9.Nuclear Reactor Pumps.1.22.10.Nuclear Fuel Route Equipment.1.22.11.Nuclear In-Service Inspection Equipment.1.22.12.Nuclear Island Control & Instrumentation Systems & Spares.1.22.13.Nuclear Reactor Protection Systems & Spares.1.22.14.Radioactive Waste Handling & Reprocessing Equipment.1.22.15.Nuclear Primary Circuit Pipework, Vales & Penetrations.1.22.16.Nuclear Sampling Systems.1.22.17.Nuclear Cooling Water & Heat Removal Systems.1.22.18.Nuclear Containment & Ventilation Systems.1.22.19.Dosimetry Equipment & Control Systems.1.22.20.Nuclear Fire Barrier & Containment Penetrations.1.22.21.Nuclear Fuel Storage Racks & Equipment.1.22.22.Nuclear Robotics/Remote Operations Equipment.1.22.23.Nuclear Fuel.1.22.24.PWR Pressure Vessel & Internals.1.22.25.PWR Pressuriser & Pressure Control Systems.1.22.26.PWR Steam Generator Plant.1.22.27.PWR Chemical & Volume Control/Reactor Make-up Systems.1.22.28.PWR Emergency Boration & Charging Systems.1.22.99.Other Nuclear & Reactor Plant & Equipment.1.23.3.Computer Hardware - Mainframes.

Page 201: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.24.1.Switchgear - Indoor (Below 1kV).1.24.2.Switchgear - Indoor (1kV to 19kV).1.24.3.Switchgear - Indoor (20kV to 99kV).1.24.4.Switchgear - Indoor (100kV to 199kV).1.24.5.Switchgear - Indoor (200kV & Above).1.24.6.Switchgear - Outdoor (Below 1kV).1.24.7.Switchgear - Outdoor (1kV to 19kV).1.24.8.Switchgear - Outdoor (20kV to 99kV).1.24.9.Switchgear - Outdoor (100kV to 199kV).1.24.10.Switchgear - Outdoor (200kV & Above).1.24.11.Switchgear - Multi Motor.1.24.12.Switchgear - Power Factor Correction.1.24.13.Switchgear - Variable Speed/Soft Driven.1.24.14.Switchgear - Direct Current (DC).1.24.15.Switchgear Parts & Accessories.1.24.16.Circuit Breakers.1.24.17.Disconnectors.1.24.99.Other Switchgear.1.26.1.Propane.1.26.2.Butane.1.26.3.Oxygen.1.26.4.Nitrogen.1.26.5.Carbon Dioxide.1.26.6.Sulphur Dioxide.1.26.7.Sulphur Hexafluoride.1.26.8.

Page 202: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Argon Free Oxygen.1.26.9.Hydrogen.1.26.10.Methane.1.26.11.Acetylene.1.26.12.Helium.1.26.13.Laboratory Gases.1.26.14.Medical Gases.1.26.15.Argon.1.26.16.Argonshield.1.26.17.Oxygen Free Nitrogen.1.26.99.Other Industrial Gases.1.27.1.Compressor Station/Aero Engines & Spares.1.27.2.Compressor Station Plant & Spares.1.27.3.Compressor Station Consumables.1.27.4.Compressor Station Fire & Gas Equipment.1.27.5.Compressor Station Safety & Test Equipment.1.27.6.Compressor Station Emission Stacks.1.27.7.Gas Holder Antifreeze Units.1.27.8.Odorisation Equipment.1.27.9.Water Bath Heaters.1.27.10.Fogger/Gas Conditioning Units.1.27.11.Integrated Gas Analytical Systems.1.27.12.Gas Storage Plant & Equipment.1.27.99.Other Gas Transmission/Distribution Plant & Equipment.1.28.0.Substation materials.1.28.1.Hybrid GIS 275kV (includes integrated control systems).

Page 203: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.28.2.Hybrid GIS 145kV (includes integrated control systems).1.28.3.Dynamic Reactive Compensation and Voltage Support.1.28.4.Comms Multiplexers.1.28.5.PLC Terminal Equipment.1.28.6.Insulators - Station Post.1.28.99.Other Substation Materials.1.60.0.Airport equipment.1.60.1.Airport specific information systems.1.60.2.Flight Information Displays (FIDS) (Screens with flight and gateinformation).1.60.3.Flight Management Systems (AODB) (to register passengers per airline andinvoice airlines).1.60.4.Baggage Handling Systems (Insourced/Outsourced).1.60.5.Passenger Queue Measurement Systems.1.61.0.Airport handling equipment.1.61.1.Baggage transportation equipment.1.61.2.Baggage classification equipment.1.62.0.Air traffic management systems.1.62.1.Communication systems (VHF-YHF, Tetra Systems).1.62.2.Radars and surveillance systems.1.62.3.Air navigation systems: ILS (Instrumental Landing Systems), NDB, VOR.1.62.4.Meteorological equipment: IRVR Transmission meters,AMOs/RAMOS/SAMOS/FAMOS.1.63.0.Airport firefighting equipment.1.63.1.Firefighting vehicles - airside.2.40.6.Facilities Management Services - IT.2.41.2.Financial Consultancy.

Page 204: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2.41.3.IT Consultancy (excl. E-commerce - use 2.41.17).2.41.4.Change Management Consultancy.2.41.5.Energy Management Consultancy.2.41.6.Estates & Property Consultancy.2.41.7.Health & Safety Consultancy.2.41.8.Procurement & Materials Management Consultancy.2.41.9.Public Relations Consultancy.2.41.10.Security Consultancy.2.41.11.Telecommunications/Telemetry Consultancy.2.41.12.Environmental Consultancy.2.41.13.Quality Assurance Consultancy.2.41.14.Personnel/Human Resources Consultancy.2.41.16.Retail Consultancy.2.41.18.Corporate Planning & Strategy Consulting.2.41.19.Facilities Management Consultancy.2.41.21.Fisheries Consultancy.2.41.22.Risk Management Consultancy.2.41.23.Value Management Consultancy.2.41.99.Other Consultancy.2.44.6.Hazardous Material Handling/Treatment/Disposal Services (incl. Asbestos).2.44.8.Decontamination/Pollution Control Services.2.44.12.Waste Management Services (excl. Radioactive - use 3.77.09).2.45.6.Security Services.2.45.8.Occupational Health Services.2.45.9.Hygiene Services.2.45.26.

Page 205: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Wayleave Services.2.45.46.Rescue and Emergency Medical Services.2.45.48.CAP699 Competency Management.2.46.0.Airport Operations - Technical Services (Airfield).2.46.1.Wildlife / Bird Management.2.46.2.Stand / Coaching Planning.2.46.3.Slots Planning.2.46.4.Ice Management / Weather Systems.2.46.5.Marshalling.2.46.6.Cargo Systems Management (Processing/Customs).2.46.7.Auditing.2.47.0.Airside Handling.2.47.1.Handling Aircraft - Ramps.2.47.2.Handling Passengers - PRM (People with Reduced Mobility).3.70.15.Building/Office Maintenance & Refurbishment Services.3.70.17.Fire Protection & Maintenance Services (excl. Substation - use 3.75.09).3.70.18.Demolition & Clearance Work.3.70.20.Roofing Services.3.70.25.Foundation Services (incl. Piling).3.70.26.Road Construction & Surfacing Services.3.70.27.Rock Anchor Services.3.70.31.General Building incl. Offices.3.70.32.Security Equipment Installation & Maintenance.3.70.45.Minor Civil Works.3.70.47.Off-shore Structures.3.70.48.Gas Drying Plant.

Page 206: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.70.49.Gas Storage Plant Site Services.3.70.99.Other Building, Civil Engineering & Associated Services.3.71.19.Underground Cable Laying (incl. Excavation & Reinstatement) - Below 1kV.3.71.20.Underground Cable Laying (incl. Excavation & Reinstatement) - 1kV to 19kV.3.71.21.Underground Cable Laying (incl. Excavation & Reinstatement) - 20kV to99kV.3.71.22.Underground Cable Laying (incl. Excavation & Reinstatement) - 100kV to199kV.3.71.23.Underground Cable Laying (incl. Excavation & Reinstatement) - 200kV &Above.3.71.24.Underground Cable Jointing - Below 1kV.3.71.25.Underground Cable Jointing - 1kV to 19kV.3.71.26.Underground Cable Jointing - 20kV to 99kV.3.71.27.Underground Cable Jointing - 100kV to 199kV.3.71.28.Underground Cable Jointing - 200kV & Above.3.71.29.Underground Cable Maintenance & Repair - Below 1kV.3.71.30.Underground Cable Maintenance & Repair - 1kV to 19kV.3.71.31.Underground Cable Maintenance & Repair - 20kV to 99kV.3.71.32.Underground Cable Maintenance & Repair - 100kV to 199kV.3.71.33.Underground Cable Maintenance & Repair - 200kV & Above.3.71.35.Trenchless Cable Laying.3.71.36.Street Lighting Connection.3.72.1.Water Service Pipe Laying (incl. Excavation & Reinstatement).3.72.2.Water Mains Pipe Laying (incl. Excavation & Reinstatement).3.72.3.Sewer Pipe Laying (incl. Excavation & Reinstatement).3.72.4.Marine/River Outfall.3.72.5.Water Service Pipe Maintenance & Repair.

Page 207: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.72.6.Water Mains Pipe Maintenance & Repair.3.72.7.Sewer Pipe Maintenance & Repair.3.72.9.Pipe Surveying Services.3.72.10.Trenchless Pipe Laying (incl. Pipe Replacement).3.72.11.Borehole & Well Drilling.3.72.13.Pipework Fabrication & Installation.3.72.15.Transmission Pipeline Services.3.72.18.Heating Pipe Services.3.72.19.Flexible Structures, Waterproof Lining Services.3.72.20.Pipeline CCTV/Inspection Services.3.72.21.Pipe Coating / Lining Services.3.72.22.Sewer Jetting Services.3.72.23.Gas Service Pipe Laying (incl. Excavation & Reinstatement).3.72.24.Gas Mains Pipe Laying (incl. Excavation & Reinstatement).3.72.25.Gas Service Pipe Maintenance & Repair.3.72.26.Gas Mains Pipe Maintenance & Repair.3.72.27.Sub-sea Pipe Laying.3.72.97.Other Gas Pipe Services.3.72.98.Other Water Pipe Services.3.72.99.Other Pipe Services.3.73.1.Boiler Services.3.73.2.Engine Services.3.73.3.Feed System Services.3.73.4.Turbine Services.3.73.5.Generator Services.3.73.6.

Page 208: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Fuel System Services.3.73.10.Generation Operation & Maintenance Services.3.73.11.Energy Supply Plant Installation & Operation Services.3.73.12.Power Station - Combined Heat & Power Gas Turbine (CHP).3.73.13.Power Station - Combined Cycle Gas Turbine (CCGT).3.73.14.Power Station - Reciprocating Engine Combined Heat & Power.3.73.15.Steam System Services.3.73.16.Cooling Water System Services.3.73.17.Bulk Storage Services.3.73.19.Ash/Residue Disposal System Services.3.73.20.Combustion Air System Services.3.73.21.Flue Gas Exhaust System Services.3.73.22.Power Station Heating & Ventilation Services.3.73.23.Wind Farm Construction.3.73.24.Wind Power Plant Services (excl. Construction).3.73.25.Hydro-Electric Power Plant Construction.3.73.26.Hydro-Electric Power Plant Services (excl. Construction).3.73.27.Power Station - Conventional Thermal Power Plants.3.73.99.Other Generation Services.3.74.15.Helicopter/Air Transport Services (excl. Overhead Line Surveys - use3.79.17).3.74.16.Generator Hire (Non-system Use).3.75.2.Substation Building Civil Services.3.75.3.Protection & Control System Services.3.75.4.Telecontrol Services.3.75.5.Switchgear Services.3.75.6.

Page 209: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Transformer Services.3.75.7.Substation Cabling Services.3.75.8.Substation Plant Dismantling & Removal.3.75.9.Substation Fire Protection Services.3.75.10.Substation Plant Painting Services.3.75.11.Substation Design - Transmission.3.75.12.Substation Construction - Transmission.3.75.13.Substation Design & Construction - Transmission.3.75.14.Substation Turnkey - Transmission.3.75.15.Substation Design - Distribution.3.75.16.Substation Construction - Distribution.3.75.17.Substation Design & Construction - Distribution.3.75.18.Substation Turnkey - Distribution.3.75.19.Substation General Maintenance.3.75.99.Other Substation Services.3.76.1.Technical Consultancy.3.76.2.Planning Consultancy.3.76.3.Electrical Consultancy - 11kV & Below.3.76.4.Electrical Consultancy - 20kV to 99kV.3.76.5.Electrical Consultancy - 100kV to 199kV.3.76.6.Electrical Consultancy - 200kV & Above.3.76.7.Mechanical Consultancy.3.76.8.Structural Consultancy.3.76.12.Tunnels Consultancy.3.76.15.Topographical Consultancy.3.76.22.Civil Engineering Consultancy.

Page 210: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.76.23.Environmental Impact Surveys.3.76.99.Other Engineering Consultancy.3.77.1.Health Physics Services.3.77.2.Reactor Physics Services.3.77.3.Reactor Core Services.3.77.4.Gas Circulator Services.3.77.5.Control Rod & Assembly Services.3.77.6.Fuel Route Services.3.77.7.Nuclear Island Control & Instrumentation Services.3.77.8.Nuclear Decommissioning.3.77.9.Radioactive Waste Management Services.3.77.10.Nuclear Fuel Services.3.77.11.Nuclear Routine & Outage Plant Maintenance.3.77.12.Nuclear Power Station Outage Management Services.3.77.13.Nuclear Safety Case Preparation & Support Services.3.77.99.Other Nuclear & Reactor Services.3.78.1.Control & Instrumentation Services.3.78.2.Electrical Inspection/Testing Services.3.78.3.Mechanical Inspection/Testing Services.3.78.4.Electrical Installation Services.3.78.5.Mechanical Installation Services.3.78.17.Gas Storage Plant Services.3.78.18.Mechanical Maintenance and Repair Services.3.78.19.Electrical Maintenance and Repair Services.3.78.99.Other Mechanical, Electrical, Instrumentation, Control & AutomationServices.

Page 211: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.79.1.Overhead Line Construction - Wood Pole (11kV & Below).3.79.2.Overhead Line Construction - Wood Pole (20kV to 99kV).3.79.3.Overhead Line Inspection, Maintenance & Repair - Wood Pole (11kV & Below).3.79.4.Overhead Line Inspection, Maintenance & Repair - Wood Pole (20kV to 99kV).3.79.5.Overhead Line Design - Tower (20kV to 99kV).3.79.6.Overhead Line Design - Tower (100kV to 199kV).3.79.7.Overhead Line Design - Tower (200kV & Above).3.79.8.Overhead Line Construction - Tower (20kV to 99kV).3.79.9.Overhead Line Construction - Tower (100kV to 199kV).3.79.10.Overhead Line Construction - Tower (200kV & Above).3.79.11.Overhead Line Design & Construction - Tower (20kV to 99kV).3.79.12.Overhead Line Design & Construction - Tower (100kV to 199kV).3.79.13.Overhead Line Design & Construction - Tower (200kV & Above).3.79.14.Overhead Line Inspection, Maintenance & Repair - Tower (20kV to 99kV).3.79.15.Overhead Line Inspection, Maintenance & Repair - Tower (100kV to 199kV).3.79.16.Overhead Line Inspection, Maintenance & Repair - Tower (200kV & Above).3.79.17.Overhead Line Services - Surveying.3.79.18.Overhead Line Services - Tree Cutting.3.79.19.Overhead Line Services - Tower Painting.3.79.20.Overhead Line Services - Scaffolding (System Use).3.79.21.Overhead Line Services - Wood Pole Installation.3.79.24.Overhead Line Construction - Wood Pole (100kV to 199kV).3.79.25.Overhead Line Inspection, Maintenance & Repair - Wood Pole (100kV to199kV).3.79.99.Other Overhead Line Services.3.80.2.Electricity Meter Maintenance & Repair Services.

Page 212: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.80.3.Gas Meter Maintenance & Repair Services.3.80.4.Meter Installation & Removal Services.3.80.5.Meter Operator Services.3.80.6.Meter Calibration Services.3.80.7.Meter Reading Services.3.80.99.Other Meter & Associated Services.3.99.1.Thermal Hydrolysis.3.99.11.Diving Services.3.99.14.Heat Treatment/Hardening Services.3.99.25.Statutory Inspection Services/Safety Assessments.3.99.27.Non-Destructive Testing Services.3.99.28.Scaffolding Services (Non-system Use).3.99.99.Other Engineering Services.Medium Risk.1.1.7.Paints & Varnishes.1.1.8.Insulation Equipment & Materials.1.1.10.Security Equipment.1.1.20.Fasteners & Fixings.1.1.21.Flood Defence/Landscaping Building Products.1.1.30.Plumbing Equipment & Sundries.1.3.1.Waterproof Clothing.1.4.1.Telecommunications Equipment & Accessories (excl. PABX - use 1.04.23).1.4.3.Voice Processing & Other Speech Related Products.1.4.7.Mobile Radio Equipment.1.4.21.ISDN Equipment.1.4.22.C.L.A.S.S. Equipment

Page 213: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.4.23.PABX Equipment.1.4.24.Payphones & Spares.1.4.99.Other Telecommunications Equipment.1.5.12.Telecommunications Cable.1.5.13.Fibre Optic Cable.1.5.14.Fibre Optic Cable Accessories.1.5.19.Link Boxes.1.6.14.Stranded Wire Products.1.8.23.Optical Instruments.1.10.18.Fuel Oil.1.10.19.Hydraulic Fluids.1.10.99.Other Energy, Oils & Fuels.1.17.24.Storage/Warehouse Equipment & Supplies.1.17.25.Packaging Equipment & Supplies.1.17.80.Recycling Supplies.1.17.81.Recycling Equipment.1.18.1.Pipes & Fittings - Fibre Cement.1.18.2.Pipes & Fittings - Concrete.1.18.3.Pipes & Fittings - Ductile Iron.1.18.4.Pipes & Fittings - Copper.1.18.5.Pipes & Fittings - Clay.1.18.6.Pipes & Fittings - High Density Polyethylene (HDPE).1.18.7.Pipes & Fittings - Medium Density Polyethylene (MDPE).1.18.8.Pipes & Fittings - MOPVC.1.18.9.Pipes & Fittings - PVC.1.18.10.

Page 214: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Pipes & Fittings - Steel.1.18.11.Pipe Fittings - Clamps & Collars.1.18.12.Pipe Fittings - Couplings & Flanged Adapters.1.18.13.Pipe Fittings - Electrofusion Fittings.1.18.14.Pipe Fittings - Gunmetal.1.18.15.Pipe Fittings - Plastic.1.18.16.Pipes & Fittings - Stainless Steel.1.18.17.Ducting.1.18.18.Water Flange Joint Sets.1.18.19.Pipe Accessories, Consumables & Associated Supplies.1.18.20.Surface Boxes & Chambers.1.18.25.Leak Detection, Control & Repair Equipment/Materials.1.18.26.Pipes & Fittings - GRP.1.18.27.Standpipes.1.18.99.Other Pipes.1.20.1.Passenger Cars.1.20.2.Vans - Car-derived.1.20.3.Commercial Vehicles.1.20.6.Specialist Vehicles, Tankers, Bodies & Trailers.1.20.7.Tyres & Tubes.1.20.8.Cable/Pipe Laying Plant.1.20.9.Mobile Plant (excl. Mechanical Handling Plant - use 1.20.13).1.20.10.Trenchless Equipment.1.20.11.Access Platforms & Equipment.1.20.12.Horticultural Equipment.1.20.13.Cranes (Mobile) & Mechanical Handling Plant/Equipment.

Page 215: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.20.14.Garage Equipment.1.20.15.Vehicle/Mobile Plant Parts & Accessories.1.20.21.Fuel Delivery, Storage and Dispensing Equipment.1.20.98.Other Transport.1.20.99.Other Mobile Plant.1.21.3.Insulated Tools.1.21.6.Power Tools (incl. Pneumatic/Hydraulic).1.21.8.Test & Inspection Equipment.1.21.9.Workshop Machinery & Equipment.1.21.10.Industrial Cleaning Equipment.1.21.14.Welding & Cutting Equipment (incl. Consumables).1.21.15.Tools & Equipment - Pipeline.1.21.18.Pollution Control Equipment.1.21.20.Port/Marine Tools & Equipment.1.21.99.Other Tools & Specialist Equipment.1.23.99.Other Computer Equipment & Supplies.2.40.8.Telecommunication Network Services.2.40.11.IT Network Services.2.40.12.Internet/Intranet Services.2.40.13.Telecommunication Equipment & Associated Services.2.40.14.Call Centre Services.2.40.15.E-commerce Services2.40.99.Other Telecommunication Services (excl. Line Construction, Maintenance &Repair).2.41.17.E-commerce Consultancy2.41.20.Marketing & Advertising Consultancy.

Page 216: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2.41.27.Insurance Consultancy.2.41.28.Corporate Social Responsibility Consultancy.2.42.16.Insurance Brokerage.2.43.1.Travel Agency Services.2.43.2.Hotel/Accommodation Services.2.43.99.Other Hotel, Travel & Catering Services.2.44.1.Sewage/Sludge Disposal Services.2.44.3.Refuse/General Waste Disposal Services.2.44.7.Non-hazardous Disposal Services.2.44.10.Recycling Services.2.44.11.Waste Skip Hire.2.44.99.Other Disposal Services.2.45.3.Printing & Publication Services (excl. Pre-printed Stationery - use1.17.13).2.45.7.Training & Education Services – Functional.2.45.11.Office & Depot Cleaning Services.2.45.14.Market Research Services.2.45.15.Postal & Mailing Services (excl. Courier Services - use 3.74.05).2.45.19.Facilities Management (excl. IT - use 2.40.06).2.45.28.Graphic & Media Design Services.2.45.31.Marketing & Advertising Services.2.45.32.Audit Services (excl. Financial - use 2.42.08).2.45.33.Asset Management/Operation Services.2.45.99.Other Business & Administrative Services.3.70.14.Industrial Painting & Specialist Coating Services.3.70.16.Grounds Care Maintenance.

Page 217: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.70.19.Lift/Escalator Services.3.70.21.Concrete Services.3.70.22.Fencing Services.3.70.23.Land Reinstatement Services.3.70.24.Landscaping Services (incl. Earthworks).3.70.33.Modular Structures.3.70.34.Heating, Ventilation & Air Conditioning Services (excl. Power Station -use 3.73.22).3.70.35.Insulation Services.3.70.61.Rope Access and Abseiling Services.3.71.99.Other Underground Cable Services.3.74.1.Vehicle Accident & Repair Services.3.74.3.Vehicle Maintenance.3.74.8.Mobile Plant Hire Services.3.74.10.Mobile Plant Maintenance.3.74.13.Vehicle Disposal Services.3.74.21.Weighbridge Services.3.74.23.Generator Hire (System Use).3.76.14.Quantity Surveying.3.76.19.Archaeological Consultancy & Surveys.3.76.21.Architectural Services.3.76.25.Pipeline Consultancy.3.76.27.Geotechnical Site Investigation Services.3.78.8.Compressed Air/Gas System Services.3.78.9.[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

Page 218: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 219: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Glasgow: construction work PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168959-2012 Part 2 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 1 - Public works contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 45000000 Construction work AGENCY: SCOTTISH POWER PLC COUNTRY: GB. LANGUAGE: EN

Part 2 of 2Metal & Steel Fabrication Services.3.78.12.Deplanting/Decommissioning Services.3.78.15.Gas Network Plant Services.3.78.16.Lighting Services.3.99.3.Calibration Services (excl. Meter - use 3.80.06).3.99.9.Tool, Instrument & Specialist Equipment Services.3.99.13.Anti Corrosion & Cathodic Protection Services.3.99.19.Joint Sealing Services.3.99.24.Flood Defence Services.3.99.29.Industrial Cleaning Services.3.99.31.Welding Services.3.99.32.Monitoring Services.3.99.33.Laboratory Services.3.99.35.Fisheries Services.3.99.36.Salvaging Services.

Page 220: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Low Risk.1.1.1.Sand.1.1.2.Gravel.1.1.3.Aggregate & Stone.1.1.4.Reinstatement Products.1.1.5.Concrete Ready Mixed.1.1.6.Pre-Cast Building Products.1.1.9.Mobile Accommodation Units (excl. Hire - use 3.74.29).1.1.11.Enclosures & Kiosks (excl. Meter Housings - use 1.16.19).1.1.12.Signs (excl. Road Signs - use 1.01.13).1.1.13.Road Furniture.1.1.14.Fencing.1.1.15.Steel/Metal Materials (excl. Cables & Pipes).1.1.16.Timber Materials (excl. Wood Poles - use 1.06.13).1.1.17.Horticultural Products.1.1.18.Underground Marker Materials.1.1.19.Insulation/Plastic Tape.1.1.22.Domestic Appliances.1.1.23.Adhesives & Sealants - General.1.1.24.Airport/Port Security Equipment.1.1.25.Environmental/Reclaimed Building Products.1.1.26.Prefabricated Buildings.1.1.27.Industrial Consumables.1.1.28.Off-shore Structure Equipment.1.1.98.Other Quarry Products.1.1.99.Other Building/Civil Products.

Page 221: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.2.1.Aluminium Sulphate.1.2.2.Activated Carbon.1.2.3.Calcium Hydroxide.1.2.4.Chlorine.1.2.5.Ferric Chloride.1.2.7.Hydrogen Peroxide.1.2.8.Phosphoric Acid.1.2.9.Poly Aluminium Chloride.1.2.10.Potassium Permanganate.1.2.12.Sodium Chloride.1.2.15.Sodium Silicate.1.2.16.Sodium Thiosulphate.1.2.19.Trichloroethane.1.2.20.Distilled Water.1.2.22.Reagents/Buffer Solutions.1.2.24.Ammonium Sulphate.1.2.25.Sodium Carbonate.1.2.28.Sodium Bicarbonate.1.2.29.Sodium Bisulphite.1.2.30.Hexafluorosilicic Acid.1.2.31.Ferrous Sulphate.1.2.32.Ferrous Chloride.1.2.33.Calcium Nitrate.1.2.34.Calcium Oxide.1.2.36.Odourant - Mains Gas.1.2.37.

Page 222: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Ferric nitrate.1.2.38.Aluminium Chloride.1.2.96.Other Sodium-based Chemicals.1.2.97.Other Calcium-based Chemicals.1.2.98.Other Iron-based Chemicals.1.3.3.Work Wear/Corporate Clothing.1.3.5.Footwear (excl. Protective - use 1.03.06).1.3.99.Other Clothing & Footwear.1.4.26.Radio Clocks.1.5.16.Control & Instrumentation Cable.1.5.17.Control & Instrumentation Cable Accessories.1.5.18.Solder.1.6.10.Overhead Line Towers.1.8.25.Photographic Equipment.1.8.27.Evaporators, Refrigerators & Cryogenerators (excl. Air Conditioning - use1.08.13).1.8.28.Docking Guidance Systems.1.8.29.Car Park Equipment & Systems.1.8.30.Airfield Lighting.1.8.31.Ticket Vending Machines.1.10.11.Petrol.1.10.16.Paraffin.1.10.17.Heating Oils.1.10.23.Degreasants & Solvents.1.10.25.Biodegradable Oils.1.11.24.Solar Power Production Equipment.1.16.1.

Page 223: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Water Meters (Encoded).1.16.2.Water Meters (Non-Encoded).1.17.1.Office Equipment (excl. Printers - use 1.23.04).1.17.2.Office Furniture.1.17.3.Office Stationery.1.17.4.Office Furnishings & Fittings (excl. Furniture - use 1.17.02).1.17.5.Audio & Visual Equipment & Accessories.1.17.7.Drawing Office Equipment & Supplies.1.17.9.Paper & Card.1.17.13.Pre-Printed Stationery/Supplies.1.17.16.Publications (Off-The-Shelf).1.17.17.Paper Maps.1.17.18.Janitorial Equipment & Supplies.1.17.22.Catering Equipment.1.17.23.Catering Supplies.1.17.26.Security Printing.1.17.27.Pre-Printed Plastic Cards.1.17.99.Other Office Materials & Supplies.1.20.17.Bicycles & Spares.1.20.20.Baggage Trolleys.1.21.4.Hand Tools (Non-Powered).1.21.5.Tools & Equipment - Drilling.1.21.11.Workshop Cleaning Consumables.1.21.13.Abrasive Products.1.21.19.Ladders.1.23.1.Computer Hardware & Accessories - Workstations/Servers.

Page 224: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.23.2.Computer Hardware & Accessories - Portable.1.23.4.Computer Peripherals.1.23.5.Network Equipment & Accessories.1.23.6.Software Development Tools.1.23.7.General Business Software (Off-The-Shelf).1.23.8.Specialist Business Software (excl. Software Development - use 2.40.02).1.23.9.Technical Software.1.23.10.Utility Software.1.23.11.Computer Consumables (excl. Laser/Inkjet Paper - use 1.17.09).1.23.12.Computer Systems.1.25.1.Digestors - Sewage & Sludge.1.25.2.Macerators.1.25.3.Odour Control Equipment.1.25.4.Dewatering Equipment.1.25.5.Waste Water Scrapers.1.25.6.Screens & Associated Equipment.1.25.7.Disinfection Equipment.1.25.8.Dosing Plant.1.25.9.Sulphinators.1.25.10.Mixing Units.1.25.11.Incineration Equipment.1.25.12.Comminutor (Pulverization) Equipment.1.25.13.Detritor (Grit Removal) Equipment.1.25.14.Classifier Equipment.1.25.15.Aeration Equipment.1.25.16.

Page 225: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Surge Suppression Equipment.1.25.99.Other Water Treatment Plant.2.40.1.Hardware Services.2.40.2.Software Development Services.2.40.3.Software Support Services.2.40.4.IT Training.2.40.7.Recruitment Services - IT.2.40.10.Data Collection & Handling Services (excl. Meter Reading - use 3.80.07).2.40.16.Escrow Services.2.40.17.IT Disaster Recovery Services.2.40.98.Other Computer Services.2.41.15.Community Relations Consultancy.2.41.29.Public Consultation Consultancy.2.42.1.Banking Services.2.42.2.Insurance Services.2.42.3.Pension Funding Services.2.42.4.Financial Leasing Services.2.42.5.Cash Collection Services.2.42.6.Accountancy Services.2.42.7.Shareholder Services.2.42.8.Financial Audit Services.2.42.9.Debt Collection Services.2.42.10.Claims Management Services.2.42.11.Licensing Services.2.42.12.Recruitment Services - Finance.2.42.13.Auction Services.

Page 226: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2.42.14.Credit/Procurement Card Services.2.42.17.Customer Acquisition Services.2.42.99.Other Financial & Accountancy Services.2.43.3.Catering Services (Offsite).2.43.4.Catering Services (Onsite).2.43.5.Vending Machine Services.2.44.2.Scrap Disposal Services.2.44.4.Sanitation Services.2.44.5.Vermin Control Services.2.45.1.Legal Services.2.45.2.Photographic Services.2.45.4.Public Relations Services.2.45.5.Recruitment Services (excl. IT & Finance - use 2.40.07 & 2.42.12).2.45.10.Conference/Event Management Services (incl. Entertainment).2.45.12.Window Cleaning Services.2.45.13.Laundry Services.2.45.16.Real Estate Services.2.45.17.Furniture Maintenance & Repair Services.2.45.18.Office Equipment Services.2.45.20.Meteorological Services.2.45.22.Technical/Procedural Writing Services.2.45.23.Subscription Services.2.45.25.Removal/Relocation Services (excl. Storage Services - use 3.74.07).2.45.27.Promotional/Corporate Goods.2.45.29.Personnel/Human Resources Services.2.45.30.

Page 227: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Language Translation Services.2.45.35.Plastic Card Fulfilment Services.2.45.36.Training & Education Services – Personnel Related.2.45.47.Sales Service.3.70.1.Pumping Station - Clean Water.3.70.2.Pumping Station - Waste Water.3.70.3.Treatment Works - Waste Water.3.70.4.Treatment Works - Clean Water.3.70.5.Water Tower.3.70.6.Reservoir/Dam/Weir/Lock.3.70.7.Tunnelling & Shafts (incl. Penstocks).3.70.8.Gas Storage Leaching.3.70.11.Carpentry Services.3.70.12.Plumbing Services.3.70.13.Electrician Services.3.70.36.Flood Defence Construction.3.70.37.Carpark Construction.3.70.38.Airport Construction.3.70.39.Pipeline Construction.3.70.40.Harbour & Marine Engineering Works.3.70.41.Land Reclamation Works & Services.3.70.42.Railway Construction.3.70.43.Gas Transmission System Plant Construction.3.70.44.Gas Transmission System Plant Repairs & Upgrades.3.70.46.Bridge Construction.3.70.50.Bridge Maintenance.

Page 228: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.71.16.Subsea Cable Services.3.71.17.Underground Telecommunication Cable Laying (incl. Excavation &Reinstatement).3.71.18.Underground Telecommunication Cable Maintenance & Repair.3.71.34.Multi-utility Cable & Pipe Laying (incl. Excavation & Reinstatement).3.73.28.Microgeneration Services.3.74.2.Vehicle Bodybuilding.3.74.4.Vehicle Recovery Services.3.74.5.Courier Services.3.74.6.Transportation Services.3.74.7.Storage & Warehousing Services.3.74.9.Mechanical Handling Equipment Maintenance (excl. Fixed Cranes - use3.74.26).3.74.11.Windscreen Replacement.3.74.12.Vehicle Washing Services.3.74.14.Vehicle Leasing & Hire Services.3.74.17.Traffic Lights Hire.3.74.19.Fleet Management Services.3.74.20.Railway Track Maintenance.3.74.22.Signing, Guarding & Lighting Services (NRSWA).3.74.24.Tool Hire.3.74.25.Boats/Marine Vessel Maintenance.3.74.26.Fixed Crane Services.3.74.27.Traffic Management Services.3.74.28.Garage/Workshop Equipment Maintenance.3.74.29.Mobile Accomodation Unit Hire.3.74.30.

Page 229: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Fuel Card Services.3.74.31.Marine Equipment Maintenance & Repair Services (excl. Boats - use3.74.25).3.74.34.Haulage - low-loader (except Haulage - general - see 3.74.6).3.74.98.Other Hire Services.3.74.99.Other Transport & Storage Services.3.76.9.Cathodic Protection Consultancy.3.76.10.Hydrology & Hydrogeology Consultancy.3.76.11.Process Consultancy.3.76.13.Dams Consultancy.3.76.17.Scientific Consultancy.3.76.18.Surveying Services (excl. Overhead Line & Pipeline Surveying).3.76.20.Control & Instrumentation Consultancy.3.76.24.Hydraulic Modelling Consultancy.3.76.26.Project Management Consultancy.3.76.28.Cartography Services (incl. Section 105).3.76.29.Airfield Consultancy.3.76.30.Fire Consultancy.3.76.31.Flood Defence Consultancy.3.76.32.Harbour & Marine Consultancy.3.76.33.Port Planning Services.3.76.34.Gas Network Consultancy & Services.3.76.35.Railway Consultancy.3.78.6.Pump Services.3.78.7.Valve Services.3.78.10.Motor Rewind Services.3.78.11.

Page 230: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Machining Services.3.78.13.Gas Appliance Services.3.78.14.Water Treatment Plant Services.3.79.22.Telecommunication Overhead Line Construction.3.79.23.Telecommunication Overhead Line Maintenance & Repair.3.80.1.Water Meter Maintenance & Repair Services.3.99.4.Research & Development.3.99.5.Testing & Analysis Services.3.99.12.Agricultural & Land Drainage Services.3.99.23.Dredging Services.3.99.34.Canal & River Services (excl. River Defence - use 3.99.24).3.99.37.Hydrographic Services.3.99.40.Product Testing.3.99.41.Machinery Testing.3.99.42.Compliance and Assessing Services.3.99.43.Ecology and Biodiversity.II.4) Common procurement vocabulary (CPV)45000000II.5) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesSection III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Qualification for the system:Conditions to be fulfilled by economic operators in view of theirqualification: Conditions to be fulfilled by.Economic operators in view of their qualification: The.UVDB / Verify.Will be the first stage of qualification and will either be.Used as the.Basis for tender selection or may be supplemented by.Additional.Qualification criteria established by Scottish Power Plc in.Specific product or.Service areas.It should be noted that Scottish Power Plc reserves the right.Not to use the.

Page 231: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

UVDB for certain contracts where it deems it.Necessary. Where such.Contracts are covered fully by the EU procurement.Legislation it will.Instead publish a separate call for competition for that.Contract in the.Supplement to the Official Journal of the European.Union.Scottish Power Plc also reserves the right to use the UVDB./ Verify in.The compilation of tender lists for contracts not.Covered fully by the EU.Procurement legislation.The UVDB system has led to savings to both.Economic operators (vendors).And purchasers and ensures that vendors benefit from.A reduced workload.Whilst their applications are dealt with fairly and.Consistently by.Subscribing utilities.The administrative costs are being met by the.Subscribing utilities and.Vendors. Vendors registering will therefore be required.To make a.Contribution of 515 GBP for up to 7 product codes,640 GBP for 8 to 14 product codes, 815 GBP for 15 to21 product codes and 1015 GBP for 21 or moreProduct codes (plus VAT for UK applicants) annually.Towards these costs which is payable prior to dispatch.Of registration material. Suppliers or contractors who.Have already registered on the UVDB need not.Reapply, but may wish to ensure that they are entered.Under all relevant.Product or service categories. Where Verify is.Required they should ensure.That they have been audited to the appropriate Verify.Level as the content and pricing structure depends on.Risk level. Verify Category A 260 GBP, Verify Category.B1 1145 GBP, Verify Category B2 1560 GBP and.Verify Category C 1145 GBP. Please note that for.Factory audits under Verify Category D, the prices may.Vary so please contact Achilles for a quote.Means of access to the qualification system is on a.Permanent basis.Methods according to which each of those conditions.Will be verified:These will be described in the details of the scheme.Available from the.UVDB team.Section V: ProcedureIV.1) Award criteria

Page 232: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

IV.1.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications or in the invitation to tender or to negotiateIV.1.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction:IV.2) Administrative informationIV.2.1) File reference number attributed by the contracting entity:Scottish Power Plc-QSN-Works-May-2012IV.2.2) Duration of the qualification systemIndefinite durationIV.2.3) Information about renewalsRenewal of the qualification system: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: yesReference to project(s) and/or programme(s): Some contracts may befinanced by EU Funds.VI.3) Procedures for appealVI.3.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Subscriberssubject to the EU procurement legislation.Of England, Wales and Northern Ireland will, where.Appropriate, incorporate a minimum 10 calendar day.Standstill period (or 15 days if non electronic or fax.Methods used) at the point that information on the.Award of the contract is communicated to tenderers. If.An appeal regarding the award of a contract has not.Been successfully resolved then the Public Contracts.Regulations 2006 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).VI.4) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 233: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Glasgow: repair and maintenance services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168957-2012 Part 1 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000, 66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000, 79000000, 80000000, 85000000, 90000000, 92000000, 98000000, 75000000 Repair and maintenance services, Installation services (except software), Hotel, restaurant and retail trade services, Transport services (excl. Waste transport), Supporting and auxiliary transport services travel agencies services, Postal and telecommunications services, Public utilities, Financial and insurance services, Real estate services, Architectural, construction, engineering and inspection services, IT services: consulting, software development, Internet and support, Research and development services and related consultancy services, Services related to the oil and gas industry, Agricultural, forestry, horticultural, aquacultural and apicultural, services, Business services: law, marketing, consulting, recruitment, printing and, security, Education and training services, Health and social work services, Sewage, refuse, cleaning and environmental services, Recreational, cultural and sporting services, Other community, social and personal services, Administration, defence and social security services

AGENCY: SCOTTISH POWER PLC. COUNTRY: GB. LANGUAGE: EN

Part 1 of 2Qualification system – utilitiesDirective 2004/17/ECThis notice is a call for competition yesSection I: Contracting entityI.1) Name, addresses and contact point(s)Scottish Power Plc.Cathcart Business Park, Spean StreetG44 4BE GlasgowUNITED KINGDOMTelephone: +44 1235838190E-mail: [email protected] address(es):General address of the contracting entity: http://www.achilles.comAddress of the buyer profile: http://www.scottishpower.comElectronic submission of tenders and requests to participate:http://www.scottishpower.com/becomespsupplier.asp

Page 234: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

I.2) Main activityProduction, transport and distribution of gas and heatElectricityExploration and extraction of gas and oilI.3) Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contractingentities: noSection II: Object of the qualification systemII.1) Title attributed to the contract by the contracting entity:UVDB (Utlities Vendor Database).II.2) Type of contractServicesService category No 1: Maintenance and repair servicesII.3) Description of the works, services or goods to be procured throughthe qualification system:This QSN includes all service categories 1 - 27.This notice is to indicate that Scottish Power Plc will use the UVDBsystem, which is managed by Achilles.Information limited, as a system for the registration of suppliers,contractors and service providers (vendors) for the purposes of awardingcontracts of any value that are fully covered by the EU procurementlegislation and may use it for other contracts. This notice represents acall for competition.Under the relevant legislation from 27.9.2011 when selecting suppliers totender for contracts, for certain types of contract it considers torepresent a high risk to its operations, Scottish Power Plc will requiresuppliers to be on the UVDB and audited using the Achilles verify supplieraudit system. These types of contract are indicated below, identified byAchilles code numbers.Suppliers must ensure UVDB registration and completion of Verify auditrequirements to be considered for selection for tender lists for thesetypes of contracts.This notice also includes Achilles code numbers for other contracts, whereScottish Power Plc considers the risk to its operations as lower. In orderto be considered for selection for medium risk tender lists for thesetypes of contracts only UVDB registration is required initially and inorder to be considered for selection for low risk tender lists for thesetypes of below threshold contracts, only TSMS registration is required.Low risk suppliers who wish to be considered for over threshold contractswill be required to register on UVDB as well.High Risk.1.1.35.Fixtures & fittings.1.2.6.Ferric sulphate.1.2.13.Sodium hydroxide.1.2.14.Sodium hypochlorite.1.2.17.Sulphuric acid.

Page 235: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.2.18.Polyelectrolytes.1.2.21.Laboratory chemicals.1.2.23.Hydrochloric acid.1.2.27.Hydrazine hydrate.1.2.35.Molten Sulphur.1.2.99.Other chemicals.1.3.2.Protective clothing.1.3.6.Personal protective equipment.1.3.8.First Aid kits & supplies.1.4.4.Telecommunication transmission equipment.1.4.5.Telemetry equipment.1.4.6.Scada & telecontrol equipment.1.4.8.Microwave (incl. UHF Scanning).1.4.9.Antennae/Aerial masts.1.4.25.Communication tower steel structures.1.4.27.Synchronising equipment (incl. interfacing equipment).1.4.28.Satellite communications equipment.1.4.29.Radar equipment.1.5.1.Underground mains & service cable - below 1kV.1.5.2.Underground mains cable - 1kV to 19kV.1.5.3.Underground mains cable - 20kV to 99kV.1.5.4.Underground mains cable - 100kV to 199 kV.1.5.5.Underground mains cable - 200kV & Above.1.5.6.Underground cable joints, terminations & jointing materials - Below 1kV.1.5.7.Underground cable joints, terminations & jointing materials - 1kV to 19kV.1.5.8.

Page 236: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Underground cable joints, terminations & jointing materials - 20kV to99kV.1.5.9.Underground cable joints, terminations & jointing materials - 100kV to199kV.1.5.10.Underground cable joints, terminations & jointing materials - 200kV &Above.1.5.11.General wiring cable.1.5.15.Cable accessories (excl. ducting - use 1.18.17).1.5.99.Other cables (excl. underground marker materials - use 1.01.18).1.6.1.Covered overhead line conductor.1.6.2.Bare overhead line conductor.1.6.4.Conductor fittings.1.6.5.Helical fittings.1.6.6.Insulator fittings.1.6.7.Electrical insulators - porcelain.1.6.8.Electrical insulators - glass.1.6.9.Electrical insulators - polymeric.1.6.11.Overhead line accessories.1.6.12.Overhead line steelwork.1.6.13.Overhead line poles.1.6.99.Other overhead line equipment & accessories.1.7.2.Transformers - distribution ground mounted (2000kVA & Below).1.7.3.Transformers - distribution pole mounted (315kVA & Below).1.7.4.Transformers - generator.1.7.5.Transformer ancillary equipment.1.7.20.Transformers - current.1.7.21.Transformers - voltage.1.7.24.

Page 237: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Substations - unit/composite.1.7.27.Transformers - primary (below 10MVA).1.7.28.Transformers - primary (10MVA to 100MVA).1.7.29.Transformers - grid (above 100MVA).1.7.30.Tap changing equipment.1.7.31.Transformer bushings.1.7.32.Quadrature boosters.1.7.33.Voltage regulators.1.7.34.Reactors.1.7.35.Capacitors.1.7.99.Other transformers.1.8.5.Distribution boards (1kV & Below).1.8.6.Earthing equipment.1.8.7.Electrical motors.1.8.10.Primary cells, batteries & chargers.1.8.11.Portable power supplies/mobile generators (excl. fixed generators - use1.11.06).1.8.13.Heating, ventilation & air conditioning equipment (excl. power station -use 1.11.18).1.8.14.Trace heating equipment.1.8.15.Busbars & support structures.1.8.16.Motor control centres & spares.1.8.17.Electronic cards & systems.1.8.18.Programmable Logic Controllers (PLC's).1.8.19.Lighting & accessories (excl. street lighting).1.8.20.Electrical/Electronic components.1.8.21.Control & Instrumentation systems & spares (excl. nuclear - use 1.22.12).

Page 238: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.8.22.Control & instrumentation automation hardware.1.8.24.Instrumentation & associated equipment (excl. optical).1.8.26.Detection/monitoring equipment (excl. leak detection - use 1.18.25).1.8.99.Other electrical, control & instrumentation equipment.1.9.2.Cut Outs.1.9.5.Relays.1.9.9.Fuses - below 1kV.1.9.10.Fuses - 1kV to 11kV.1.9.11.Fuses - Above 11kV.1.9.12.Surge diverters/arrestors.1.9.13.Distribution fuse cabinets/pillars.1.9.14.Fault passage indicators.1.9.15.Uninterruptible power supply (UPS) systems.1.9.16.Lightning protection equipment.1.9.17.Control & Protection cabinets/cabins for substations (38kV & above).1.9.99.Other electrical protection equipment.1.10.1.Electricity.1.10.2.Natural gas.1.10.10.Solid fuel.1.10.14.Insulating oils.1.10.15.Lubricating oils.1.10.24.Greases.1.10.26.Fuel additives.1.10.27.Mains water (potable).1.10.28.Alternative/Emergency water supplies.1.11.1.

Page 239: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Industrial hot water boilers (excl. domestic boilers - use 1.01.22).1.11.2.Steam boilers.1.11.3.Boiler ancillary equipment.1.11.4.Generators - power station.1.11.6.Engines & engine spares (excl. mobile generators - use 1.08.11).1.11.7.Cooling systems & spares.1.11.8.Fuel & oil systems & spares.1.11.9.Feed water systems & spares.1.11.10.Turbines & spares - steam.1.11.11.Solid fuel supply systems & spares.1.11.12.Liquid fuel supply systems & spares.1.11.13.Gas fuel supply systems & spares.1.11.14.Ash/residue disposal systems & spares.1.11.15.Combustion air systems & spares.1.11.16.Flue gas exhaust systems & spares.1.11.17.Turbines & spares - gas.1.11.18.Power station heating & ventilation equipment.1.11.19.Wind power production equipment.1.11.20.Hydro-electric power production plant.1.11.21.Bio energy production equipment.1.11.22.Wave motion power production equipment.1.11.23.Combined heat & power (CHP) plant.1.11.98.Other boilers & boiler spares.1.11.99.Other generation plant & equipment.1.13.1.Bearings & transmission products.1.13.2.Mechanical seals & gaskets.

Page 240: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.13.3.Blowers, exhausters & fans.1.13.4.Conveyor systems incl. belts.1.13.5.Tanks & covers (excl. fuel - use 1.20.21).1.13.7.Filters (excl. car filters - use 1.20.15).1.13.16.Compressed air/gas systems (incl. fixed compressors & vessels).1.13.17.Fire fighting equipment.1.13.24.Oil & gas powered motors.1.13.35.Centrifuges.1.13.36.Drive belts, chains & couplings.1.13.37.Cranes (fixed location).1.13.40.Rubber hoses & couplings.1.13.41.Lifting gear, winches & other lifting equipment.1.13.42.Overhead gantries & walkways.1.13.43.Gas & air treatment plant.1.13.44.Lubrication equipment.1.13.45.Skid units/pressure reduction modules.1.13.99.Other mechanical machinery, equipment & spares.1.14.1.Pumps - centrifugal.1.14.2.Pumps - submersible.1.14.3.Pumps - positive displacement.1.14.5.Pumps - split case.1.14.6.Pumps - double disk.1.14.9.Pumps - washwater pump sets.1.14.10.Pumps - metering & dosing.1.14.11.Pumps - borehole.1.14.12.

Page 241: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Pumps - macerator.1.14.13.Pumps - peristaltic.1.14.14.Pumps - portable.1.14.15.Pumps - hydraulic.1.14.16.Pumps - screw.1.14.17.Pumps - axial.1.14.18.Pumps - vacuum.1.14.19.Pumps - progressing cavity.1.14.99.Other pumps, accessories & spares.1.16.3.Electricity meters - credit.1.16.4.Electricity meters - prepayment.1.16.5.Electricity meters - programmable.1.16.6.Electrical metering control devices.1.16.7.Meter accessories & spares.1.16.8.Meter tokens & cards.1.16.12.Electrical meters - power station/grid.1.16.13.Gas meters - credit.1.16.14.Gas meters - prepayment.1.16.15.Gas meters - electronic.1.16.16.Governors, regulators & associated equipment.1.16.18.Prewired meter cabinets.1.16.19.Meter cabinets & housings.1.16.99.Other meters & associated equipment.1.17.21.Printing & photographic chemicals & materials.1.19.1.Valves - air.1.19.2.Valves - gate/sluice/knife.

Page 242: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.19.3.Valves - hydrants.1.19.4.Valves - non-return/reflux/check.1.19.5.Valves - penstock.1.19.7.Valves - needle/globe.1.19.8.Valves - flap.1.19.9.Valves - butterfly.1.19.10.Valves - ball.1.19.11.Valves - diaphragm.1.19.12.Valves - pressure control.1.19.15.Valves - solenoid.1.19.16.Valves - safety.1.19.17.Actuators.1.19.18.Valves - float operated.1.19.19.Valves - plug.1.19.99.Other valves, actuators & spares.1.20.16.Boats & marine vessels.1.20.18.Railway equipment.1.20.19.Passenger loading bridges.1.21.1.Tools & equipment - cable joiners.1.21.2.Tools & equipment - overhead line.1.21.16.Weighing equipment.1.21.17.Laboratory equipment.1.22.1.Nuclear gas reactor & core.1.22.2.Nuclear fuel assembly.1.22.3.Nuclear gas baffle.1.22.4.

Page 243: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Nuclear gas diagrid & support skirt.1.22.5.Nuclear shielding.1.22.6.Nuclear pressure vessel & liner.1.22.7.Nuclear gas circulators.1.22.8.Nuclear control rod & assembly.1.22.9.Nuclear reactor pumps.1.22.10.Nuclear fuel route equipment.1.22.11.Nuclear in-service inspection equipment.1.22.12.Nuclear island control & instrumentation systems & spares.1.22.13.Nuclear reactor protection systems & spares.1.22.14.Radioactive waste handling & reprocessing equipment.1.22.15.Nuclear primary circuit pipework, vales & penetrations.1.22.16.Nuclear sampling systems.1.22.17.Nuclear cooling water & heat removal systems.1.22.18.Nuclear containment & ventilation systems.1.22.19.Dosimetry equipment & control systems.1.22.20.Nuclear fire barrier & containment penetrations.1.22.21.Nuclear fuel storage racks & equipment.1.22.22.Nuclear robotics/remote operations equipment.1.22.23.Nuclear fuel.1.22.24.PWR pressure vessel & internals.1.22.25.PWR pressuriser & pressure control systems.1.22.26.PWR steam generator plant.1.22.27.PWR chemical & volume control/reactor make-up systems.1.22.28.PWR emergency boration & charging systems.1.22.99.Other nuclear & reactor plant & equipment.

Page 244: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.23.3.Computer hardware - mainframes.1.24.1.Switchgear - indoor (below 1kV).1.24.2.Switchgear - indoor (1kV to 19kV).1.24.3.Switchgear - indoor (20kV to 99kV).1.24.4.Switchgear - indoor (100kV to 199kV).1.24.5.Switchgear - indoor (200kV & Above).1.24.6.Switchgear - outdoor (below 1kV).1.24.7.Switchgear - outdoor (1kV to 19kV).1.24.8.Switchgear - outdoor (20kV to 99kV).1.24.9.Switchgear - outdoor (100kV to 199kV).1.24.10.Switchgear - outdoor (200kV & Above).1.24.11.Switchgear - multi motor.1.24.12.Switchgear - power factor correction.1.24.13.Switchgear - variable speed/soft driven.1.24.14.Switchgear - direct current (DC).1.24.15.Switchgear parts & accessories.1.24.16.Circuit breakers.1.24.17.Disconnectors.1.24.99.Other switchgear.1.26.1.Propane.1.26.2.Butane.1.26.3.Oxygen.1.26.4.Nitrogen.1.26.5.Carbon dioxide.1.26.6.Sulphur dioxide.1.26.7.

Page 245: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Sulphur hexafluoride.1.26.8.Argon free oxygen.1.26.9.Hydrogen.1.26.10.Methane.1.26.11.Acetylene.1.26.12.Helium.1.26.13.Laboratory gases.1.26.14.Medical gases.1.26.15.Argon.1.26.16.Argonshield.1.26.17.Oxygen free nitrogen.1.26.99.Other industrial gases.1.27.1.Compressor station/aero engines & spares.1.27.2.Compressor station plant & spares.1.27.3.Compressor station consumables.1.27.4.Compressor station fire & gas equipment.1.27.5.Compressor station safety & test equipment.1.27.6.Compressor station emission stacks.1.27.7.Gas holder antifreeze units.1.27.8.Odorisation equipment.1.27.9.Water bath heaters.1.27.10.Fogger/gas conditioning units.1.27.11.Integrated gas analytical systems.1.27.12.Gas storage plant & equipment.1.27.99.Other gas transmission/distribution plant & equipment.1.28.0.Substation materials.

Page 246: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.28.1.Hybrid GIS 275kV (includes integrated control systems).1.28.2.Hybrid GIS 145kV (includes integrated control systems).1.28.3.Dynamic reactive compensation and voltage support.1.28.4.Comms multiplexers.1.28.5.PLC terminal equipment.1.28.6.Insulators - station post.1.28.99.Other substation materials.1.60.0.Airport equipment.1.60.1.Airport specific information systems.1.60.2.Flight Information Displays (FIDS) (Screens with flight and gateinformation).1.60.3.Flight Management Systems (AODB) (to register passengers per airline andinvoice airlines).1.60.4.Baggage handling systems (insourced/outsourced).1.60.5.Passenger queue measurement systems.1.61.0.Airport handling equipment.1.61.1.Baggage transportation equipment.1.61.2.Baggage classification equipment.1.62.0.Air traffic management systems.1.62.1.Communication systems (VHF-YHF, tetra systems).1.62.2.Radars and surveillance systems.1.62.3.Air navigation systems: ILS (Instrumental Landing Systems), NDB, VOR.1.62.4.Meteorological equipment: IRVR transmission meters,AMOs/RAMOS/SAMOS/FAMOS.1.63.0.Airport firefighting equipment.1.63.1.Firefighting vehicles - airside.2.40.6.Facilities management services - IT.

Page 247: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2.41.2.Financial consultancy.2.41.3.IT consultancy (excl. e-commerce - use 2.41.17).2.41.4.Change management consultancy.2.41.5.Energy management consultancy.2.41.6.Estates & property consultancy.2.41.7.Health & safety consultancy.2.41.8.Procurement & materials management consultancy.2.41.9.Public relations consultancy.2.41.10.Security consultancy.2.41.11.Telecommunications/telemetry consultancy.2.41.12.Environmental consultancy.2.41.13.Quality assurance consultancy.2.41.14.Personnel/human resources consultancy.2.41.16.Retail consultancy.2.41.18.Corporate planning & strategy consulting.2.41.19.Facilities management consultancy.2.41.21.Fisheries consultancy.2.41.22.Risk management consultancy.2.41.23.Value management consultancy.2.41.99.Other consultancy.2.44.6.Hazardous material handling/treatment/disposal services (incl. asbestos).2.44.8.Decontamination/pollution control services.2.44.12.Waste management services (excl. radioactive - use 3.77.09).2.45.6.Security services.2.45.8.Occupational health services.2.45.9.

Page 248: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Hygiene services.2.45.26.Wayleave services.2.45.46.Rescue and emergency medical services.2.45.48.CAP699 competency management.2.46.0.Airport operations - technical services (airfield).2.46.1.Wildlife / bird management.2.46.2.Stand / coaching planning.2.46.3.Slots planning.2.46.4.Ice management / weather systems.2.46.5.Marshalling.2.46.6.Cargo systems management (processing/customs).2.46.7.Auditing.2.47.0.Airside handling.2.47.1.Handling aircraft - ramps.2.47.2.Handling passengers - PRM (People with Reduced Mobility).3.70.15.Building/office maintenance & refurbishment services.3.70.17.Fire protection & maintenance services (excl. substation - use 3.75.09).3.70.18.Demolition & clearance work.3.70.20.Roofing services.3.70.25.Foundation services (incl. piling).3.70.26.Road construction & surfacing services.3.70.27.Rock anchor services.3.70.31.General building incl. offices.3.70.32.Security equipment installation & maintenance.3.70.45.Minor civil works.3.70.47.Off-shore structures.

Page 249: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.70.48.Gas drying plant.3.70.49.Gas storage plant site services.3.70.99.Other building, civil engineering & associated services.3.71.19.Underground cable laying (incl. excavation & reinstatement) - below 1kV.3.71.20.Underground cable laying (incl. excavation & reinstatement) - 1kV to 19kV.3.71.21.Underground cable laying (incl. excavation & reinstatement) - 20kV to99kV.3.71.22.Underground cable laying (incl. excavation & reinstatement) - 100kV to199kV.3.71.23.Underground cable laying (incl. excavation & reinstatement) - 200kV &Above.3.71.24.Underground cable jointing - below 1kV.3.71.25.Underground cable jointing - 1kV to 19kV.3.71.26.Underground cable jointing - 20kV to 99kV.3.71.27.Underground cable jointing - 100kV to 199kV.3.71.28.Underground cable jointing - 200kV & Above.3.71.29.Underground cable maintenance & repair - Below 1kV.3.71.30.Underground cable maintenance & repair - 1kV to 19kV.3.71.31.Underground cable maintenance & repair - 20kV to 99kV.3.71.32.Underground cable maintenance & repair - 100kV to 199kV.3.71.33.Underground cable maintenance & repair - 200kV & Above.3.71.35.Trenchless cable laying.3.71.36.Street lighting connection.3.72.1.Water service pipe laying (incl. excavation & reinstatement).3.72.2.Water mains pipe laying (incl. excavation & reinstatement).3.72.3.Sewer pipe laying (incl. excavation & reinstatement).3.72.4.Marine/river outfall.

Page 250: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.72.5.Water Service Pipe Maintenance & Repair.3.72.6.Water mains pipe maintenance & repair.3.72.7.Sewer pipe maintenance & repair.3.72.9.Pipe surveying services.3.72.10.Trenchless pipe laying (incl. pipe replacement).3.72.11.Borehole & well drilling.3.72.13.Pipework fabrication & installation.3.72.15.Transmission pipeline services.3.72.18.Heating pipe services.3.72.19.Flexible structures, waterproof lining services.3.72.20.Pipeline CCTV/inspection services.3.72.21.Pipe coating / lining services.3.72.22.Sewer jetting services.3.72.23.Gas service pipe laying (incl. excavation & reinstatement).3.72.24.Gas mains pipe laying (incl. excavation & reinstatement).3.72.25.Gas service pipe maintenance & repair.3.72.26.Gas mains pipe maintenance & repair.3.72.27.Sub-sea pipe laying.3.72.97.Other gas pipe services.3.72.98.Other water pipe services.3.72.99.Other pipe services.3.73.1.Boiler services.3.73.2.Engine services.3.73.3.Feed system services.3.73.4.Turbine services.3.73.5.

Page 251: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Generator services.3.73.6.Fuel system services.3.73.10.Generation operation & maintenance services.3.73.11.Energy supply plant installation & operation services.3.73.12.Power station - combined heat & power gas turbine (CHP).3.73.13.Power station - Combined Cycle Gas Turbine (CCGT).3.73.14.Power Station - reciprocating engine combined heat & power.3.73.15.Steam system services.3.73.16.Cooling water system services.3.73.17.Bulk storage services.3.73.19.Ash/residue disposal system services.3.73.20.Combustion air system services.3.73.21.Flue gas exhaust system services.3.73.22.Power station heating & ventilation services.3.73.23.Wind farm construction.3.73.24.Wind power plant services (excl. construction).3.73.25.Hydro-electric power plant construction.3.73.26.Hydro-electric power plant services (excl. construction).3.73.27.Power station - conventional thermal power plants.3.73.99.Other generation services.3.74.15.Helicopter/air transport services (excl. overhead line surveys - use3.79.17).3.74.16.Generator hire (non-system use).3.75.2.Substation building civil services.3.75.3.Protection & control system services.3.75.4.Telecontrol services.3.75.5.

Page 252: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Switchgear services.3.75.6.Transformer services.3.75.7.Substation cabling services.3.75.8.Substation plant dismantling & removal.3.75.9.Substation fire protection services.3.75.10.Substation plant painting services.3.75.11.Substation design - transmission.3.75.12.Substation construction - transmission.3.75.13.Substation design & construction - transmission.3.75.14.Substation turnkey - transmission.3.75.15.Substation design - distribution.3.75.16.Substation construction - distribution.3.75.17.Substation design & construction - distribution.3.75.18.Substation turnkey - distribution.3.75.19.Substation general maintenance.3.75.99.Other substation services.3.76.1.Technical consultancy.3.76.2.Planning consultancy.3.76.3.Electrical consultancy - 11kV & below.3.76.4.Electrical consultancy - 20kV to 99kV.3.76.5.Electrical consultancy - 100kV to 199kV.3.76.6.Electrical consultancy - 200kV & above.3.76.7.Mechanical consultancy.3.76.8.Structural consultancy.3.76.12.Tunnels consultancy.3.76.15.Topographical consultancy.

Page 253: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.76.22.Civil engineering consultancy.3.76.23.Environmental impact surveys.3.76.99.Other engineering consultancy.3.77.1.Health physics services.3.77.2.Reactor physics services.3.77.3.Reactor core services.3.77.4.Gas circulator services.3.77.5.Control rod & assembly services.3.77.6.Fuel route services.3.77.7.Nuclear island control & instrumentation services.3.77.8.Nuclear decommissioning.3.77.9.Radioactive waste management services.3.77.10.Nuclear fuel services.3.77.11.Nuclear routine & outage plant maintenance.3.77.12.Nuclear power station outage management services.3.77.13.Nuclear safety case preparation & support services.3.77.99.Other nuclear & reactor services.3.78.1.Control & instrumentation services.3.78.2.Electrical inspection/testing services.3.78.3.Mechanical inspection/testing services.3.78.4.Electrical installation services.3.78.5.Mechanical installation services.3.78.17.Gas storage plant services.3.78.18.Mechanical maintenance and repair services.3.78.19.Electrical maintenance and repair services.3.78.99.

Page 254: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Other mechanical, electrical, instrumentation, control & automationservices.3.79.1.Overhead line construction - wood pole (11kV & below).3.79.2.Overhead line construction - wood pole (20kV to 99kV).3.79.3.Overhead line inspection, maintenance & repair - wood pole (11kV & below).3.79.4.Overhead line inspection, maintenance & repair - wood pole (20kV to 99kV).3.79.5.Overhead line design - tower (20kV to 99kV).3.79.6.Overhead line design - tower (100kV to 199kV).3.79.7.Overhead line design - tower (200kV & above).3.79.8.Overhead line construction - tower (20kV to 99kV).3.79.9.Overhead line construction - tower (100kV to 199kV).3.79.10.Overhead line construction - tower (200kV & Above).3.79.11.Overhead line design & construction - tower (20kV to 99kV).3.79.12.Overhead line design & construction - tower (100kV to 199kV).3.79.13.Overhead line design & construction - tower (200kV & above).3.79.14.Overhead line inspection, maintenance & repair - tower (20kV to 99kV).3.79.15.Overhead line inspection, maintenance & repair - tower (100kV to 199kV).3.79.16.Overhead line inspection, maintenance & repair - tower (200kV & above).3.79.17.Overhead line services - surveying.3.79.18.Overhead line services - tree cutting.3.79.19.Overhead line services - tower painting.3.79.20.Overhead line services - scaffolding (system use).3.79.21.Overhead line services - wood pole installation.3.79.24.Overhead line construction - wood pole (100kV to 199kV).3.79.25.Overhead line inspection, maintenance & repair - wood pole (100kV to199kV).3.79.99.Other overhead line services.

Page 255: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.80.2.Electricity meter maintenance & repair services.3.80.3.Gas meter maintenance & repair services.3.80.4.Meter installation & removal services.3.80.5.Meter operator services.3.80.6.Meter calibration services.3.80.7.Meter reading services.3.80.99.Other meter & associated services.3.99.1.Thermal hydrolysis.3.99.11.Diving services.3.99.14.Heat treatment/hardening services.3.99.25.Statutory inspection services/safety assessments.3.99.27.Non-destructive testing services.3.99.28.Scaffolding services (non-system use).3.99.99.Other engineering services.Medium risk.1.1.7.Paints & varnishes.1.1.8.Insulation equipment & materials.1.1.10.Security equipment.1.1.20.Fasteners & fixings.1.1.21.Flood defence/landscaping building products.1.1.30.Plumbing equipment & sundries.1.3.1.Waterproof clothing.1.4.1.Telecommunications equipment & accessories (excl. PABX - use 1.04.23).1.4.3.Voice processing & other speech related products.1.4.7.Mobile radio equipment.1.4.21.ISDN equipment.

Page 256: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.4.22.C.L.A.S.S. equipment1.4.23.PABX equipment.1.4.24.Payphones & spares.1.4.99.Other telecommunications equipment.1.5.12.Telecommunications cable.1.5.13.Fibre optic cable.1.5.14.Fibre optic cable accessories.1.5.19.Link boxes.1.6.14.Stranded wire products.1.8.23.Optical instruments.1.10.18.Fuel oil.1.10.19.Hydraulic fluids.1.10.99.Other energy, oils & fuels.1.17.24.Storage/warehouse equipment & supplies.1.17.25.Packaging equipment & supplies.1.17.80.Recycling supplies.1.17.81.Recycling equipment.1.18.1.Pipes & fittings - fibre cement.1.18.2.Pipes & fittings - concrete.1.18.3.Pipes & fittings - ductile iron.1.18.4.Pipes & fittings - copper.1.18.5.Pipes & fittings - clay.1.18.6.Pipes & fittings - high density polyethylene (HDPE).1.18.7.Pipes & fittings - medium density polyethylene (MDPE).1.18.8.Pipes & fittings - MOPVC.1.18.9.

Page 257: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Pipes & fittings - PVC.1.18.10.Pipes & fittings - Steel.1.18.11.Pipe fittings - clamps & collars.1.18.12.Pipe fittings - couplings & flanged adapters.1.18.13.Pipe fittings - electrofusion fittings.1.18.14.Pipe fittings - gunmetal.1.18.15.Pipe fittings - plastic.1.18.16.Pipes & fittings - stainless steel.1.18.17.Ducting.1.18.18.Water flange joint sets.1.18.19.Pipe accessories, consumables & associated supplies.1.18.20.Surface boxes & chambers.1.18.25.Leak detection, control & repair equipment/materials.1.18.26.Pipes & fittings - GRP.1.18.27.Standpipes.1.18.99.Other pipes.1.20.1.Passenger cars.1.20.2.Vans - car-derived.1.20.3.Commercial vehicles.1.20.6.Specialist vehicles, tankers, bodies & trailers.1.20.7.Tyres & tubes.1.20.8.Cable/pipe laying plant.1.20.9.Mobile plant (excl. mechanical handling plant - use 1.20.13).1.20.10.Trenchless equipment.1.20.11.Access platforms & equipment.1.20.12.Horticultural equipment.

Page 258: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.20.13.Cranes (mobile) & mechanical handling plant/equipment.1.20.14.Garage equipment.1.20.15.Vehicle/mobile plant parts & accessories.1.20.21.Fuel delivery, storage and dispensing equipment.1.20.98.Other transport.1.20.99.Other mobile plant.1.21.3.Insulated tools.1.21.6.Power tools (incl. pneumatic/hydraulic).1.21.8.Test & inspection equipment.1.21.9.Workshop machinery & equipment.1.21.10.Industrial cleaning equipment.1.21.14.Welding & cutting equipment (incl. consumables).1.21.15.Tools & equipment - pipeline.1.21.18.Pollution control equipment.1.21.20.Port/marine tools & equipment.1.21.99.Other tools & specialist equipment.1.23.99.Other computer equipment & supplies.2.40.8.Telecommunication network services.2.40.11.IT network services.2.40.12.Internet/Intranet services.2.40.13.Telecommunication equipment & associated services.2.40.14.Call centre services.2.40.15.E-commerce services2.40.99.Other telecommunication services (excl. line construction, maintenance &repair).2.41.17.E-commerce consultancy

Page 259: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2.41.20.Marketing & advertising consultancy.2.41.27.Insurance consultancy.2.41.28.Corporate social responsibility consultancy.2.42.16.Insurance brokerage.2.43.1.Travel agency services.2.43.2.Hotel/accommodation services.2.43.99.Other hotel, travel & catering services.2.44.1.Sewage/sludge disposal services.2.44.3.Refuse/general waste disposal services.2.44.7.Non-hazardous disposal services.2.44.10.Recycling services.2.44.11.Waste skip hire.2.44.99.Other disposal services.2.45.3.Printing & publication services (excl. pre-printed stationery - use1.17.13).2.45.7.Training & education services - functional.2.45.11.Office & depot cleaning services.2.45.14.Market research services.2.45.15.Postal & mailing services (excl. courier services - use 3.74.05).2.45.19.Facilities management (excl. IT - use 2.40.06).2.45.28.Graphic & media design services.2.45.31.Marketing & advertising services.2.45.32.[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

Page 260: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

>> Back to top >>

Page 261: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Glasgow: repair and maintenance services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168957-2012 Part 2 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000, 66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000, 79000000, 80000000, 85000000, 90000000, 92000000, 98000000, 75000000 Repair and maintenance services, Installation services (except software), Hotel, restaurant and retail trade services, Transport services (excl. Waste transport), Supporting and auxiliary transport services travel agencies services, Postal and telecommunications services, Public utilities, Financial and insurance services, Real estate services, Architectural, construction, engineering and inspection services, IT services: consulting, software development, Internet and support, Research and development services and related consultancy services, Services related to the oil and gas industry, Agricultural, forestry, horticultural, aquacultural and apicultural, services, Business services: law, marketing, consulting, recruitment, printing and, security, Education and training services, Health and social work services, Sewage, refuse, cleaning and environmental services, Recreational, cultural and sporting services, Other community, social and personal services, Administration, defence and social security services

AGENCY: SCOTTISH POWER PLC. COUNTRY: GB. LANGUAGE: EN

Part 2 of 2Audit services (excl. financial - use 2.42.08).2.45.33.Asset management/operation services.2.45.99.Other business & administrative services.3.70.14.Industrial painting & specialist coating services.3.70.16.Grounds care maintenance.3.70.19.Lift/escalator services.3.70.21.Concrete services.3.70.22.Fencing services.3.70.23.

Page 262: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Land reinstatement services.3.70.24.Landscaping services (incl. earthworks).3.70.33.Modular structures.3.70.34.Heating, ventilation & air conditioning services (excl. power station -use 3.73.22).3.70.35.Insulation services.3.70.61.Rope access and abseiling services.3.71.99.Other underground cable services.3.74.1.Vehicle accident & repair services.3.74.3.Vehicle maintenance.3.74.8.Mobile plant hire services.3.74.10.Mobile plant maintenance.3.74.13.Vehicle disposal services.3.74.21.Weighbridge services.3.74.23.Generator hire (system use).3.76.14.Quantity surveying.3.76.19.Archaeological consultancy & surveys.3.76.21.Architectural services.3.76.25.Pipeline consultancy.3.76.27.Geotechnical site investigation services.3.78.8.Compressed air/gas system services.3.78.9.Metal & steel fabrication services.3.78.12.Deplanting/decommissioning services.3.78.15.Gas network plant services.3.78.16.Lighting services.3.99.3.Calibration services (excl. Meter - use 3.80.06).3.99.9.

Page 263: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Tool, instrument & specialist equipment services.3.99.13.Anti corrosion & cathodic protection services.3.99.19.Joint sealing services.3.99.24.Flood defence services.3.99.29.Industrial cleaning services.3.99.31.Welding services.3.99.32.Monitoring services.3.99.33.Laboratory services.3.99.35.Fisheries services.3.99.36.Salvaging services.Low risk.1.1.1.Sand.1.1.2.Gravel.1.1.3.Aggregate & stone.1.1.4.Reinstatement products.1.1.5.Concrete ready mixed.1.1.6.Pre-Cast building products.1.1.9.Mobile accommodation units (excl. hire - use 3.74.29).1.1.11.Enclosures & kiosks (excl. meter housings - use 1.16.19).1.1.12.Signs (excl. road signs - use 1.01.13).1.1.13.Road furniture.1.1.14.Fencing.1.1.15.Steel/metal materials (excl. cables & pipes).1.1.16.Timber materials (excl. wood poles - use 1.06.13).1.1.17.Horticultural products.1.1.18.Underground marker materials.1.1.19.

Page 264: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Insulation/plastic tape.1.1.22.Domestic appliances.1.1.23.Adhesives & sealants - general.1.1.24.Airport/port security equipment.1.1.25.Environmental/reclaimed building products.1.1.26.Prefabricated buildings.1.1.27.Industrial consumables.1.1.28.Off-shore structure equipment.1.1.98.Other Quarry products.1.1.99.Other building/civil products.1.2.1.Aluminium sulphate.1.2.2.Activated carbon.1.2.3.Calcium hydroxide.1.2.4.Chlorine.1.2.5.Ferric chloride.1.2.7.Hydrogen peroxide.1.2.8.Phosphoric acid.1.2.9.Poly aluminium chloride.1.2.10.Potassium permanganate.1.2.12.Sodium chloride.1.2.15.Sodium silicate.1.2.16.Sodium thiosulphate.1.2.19.Trichloroethane.1.2.20.Distilled water.1.2.22.Reagents/buffer solutions.1.2.24.Ammonium sulphate.

Page 265: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.2.25.Sodium carbonate.1.2.28.Sodium bicarbonate.1.2.29.Sodium bisulphite.1.2.30.Hexafluorosilicic acid.1.2.31.Ferrous sulphate.1.2.32.Ferrous chloride.1.2.33.Calcium nitrate.1.2.34.Calcium oxide.1.2.36.Odourant - mains gas.1.2.37.Ferric nitrate.1.2.38.Aluminium chloride.1.2.96.Other sodium-based chemicals.1.2.97.Other calcium-based chemicals.1.2.98.Other iron-based chemicals.1.3.3.Work wear/corporate clothing.1.3.5.Footwear (excl. protective - use 1.03.06).1.3.99.Other clothing & footwear.1.4.26.Radio clocks.1.5.16.Control & instrumentation cable.1.5.17.Control & instrumentation cable accessories.1.5.18.Solder.1.6.10.Overhead line towers.1.8.25.Photographic equipment.1.8.27.Evaporators, refrigerators & cryogenerators (excl. air conditioning - use1.08.13).1.8.28.Docking guidance systems.

Page 266: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.8.29.Car park equipment & systems.1.8.30.Airfield lighting.1.8.31.Ticket vending machines.1.10.11.Petrol.1.10.16.Paraffin.1.10.17.Heating oils.1.10.23.Degreasants & solvents.1.10.25.Biodegradable oils.1.11.24.Solar power production equipment.1.16.1.Water meters (encoded).1.16.2.Water meters (non-encoded).1.17.1.Office equipment (excl. printers - use 1.23.04).1.17.2.Office furniture.1.17.3.Office stationery.1.17.4.Office furnishings & fittings (excl. furniture - use 1.17.02).1.17.5.Audio & visual equipment & accessories.1.17.7.Drawing office equipment & supplies.1.17.9.Paper & card.1.17.13.Pre-printed stationery/supplies.1.17.16.Publications (off-the-shelf).1.17.17.Paper maps.1.17.18.Janitorial equipment & supplies.1.17.22.Catering equipment.1.17.23.Catering supplies.1.17.26.Security printing.1.17.27.

Page 267: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Pre-printed plastic cards.1.17.99.Other office materials & supplies.1.20.17.Bicycles & spares.1.20.20.Baggage trolleys.1.21.4.Hand tools (non-powered).1.21.5.Tools & equipment - drilling.1.21.11.Workshop cleaning consumables.1.21.13.Abrasive products.1.21.19.Ladders.1.23.1.Computer hardware & accessories - workstations/servers.1.23.2.Computer hardware & accessories - portable.1.23.4.Computer peripherals.1.23.5.Network equipment & accessories.1.23.6.Software development tools.1.23.7.General business software (off-the-shelf).1.23.8.Specialist business software (excl. software development - use 2.40.02).1.23.9.Technical software.1.23.10.Utility software.1.23.11.Computer consumables (excl. laser/inkjet paper - use 1.17.09).1.23.12.Computer systems.1.25.1.Digestors - sewage & sludge.1.25.2.Macerators.1.25.3.Odour control equipment.1.25.4.Dewatering equipment.1.25.5.Waste water scrapers.1.25.6.Screens & associated equipment.

Page 268: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.25.7.Disinfection equipment.1.25.8.Dosing plant.1.25.9.Sulphinators.1.25.10.Mixing units.1.25.11.Incineration equipment.1.25.12.Comminutor (pulverization) equipment.1.25.13.Detritor (grit removal) equipment.1.25.14.Classifier equipment.1.25.15.Aeration equipment.1.25.16.Surge suppression equipment.1.25.99.Other water treatment plant.2.40.1.Hardware services.2.40.2.Software development services.2.40.3.Software support services.2.40.4.IT training.2.40.7.Recruitment services - IT.2.40.10.Data collection & handling services (excl. meter reading - use 3.80.07).2.40.16.Escrow services.2.40.17.IT disaster recovery services.2.40.98.Other computer services.2.41.15.Community relations consultancy.2.41.29.Public consultation consultancy.2.42.1.Banking services.2.42.2.Insurance services.2.42.3.Pension funding services.2.42.4.

Page 269: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Financial leasing services.2.42.5.Cash collection services.2.42.6.Accountancy services.2.42.7.Shareholder services.2.42.8.Financial audit services.2.42.9.Debt collection services.2.42.10.Claims management services.2.42.11.Licensing services.2.42.12.Recruitment services - finance.2.42.13.Auction services.2.42.14.Credit/procurement card services.2.42.17.Customer acquisition services.2.42.99.Other financial & accountancy services.2.43.3.Catering services (offsite).2.43.4.Catering services (onsite).2.43.5.Vending machine services.2.44.2.Scrap disposal services.2.44.4.Sanitation services.2.44.5.Vermin control services.2.45.1.Legal services.2.45.2.Photographic services.2.45.4.Public relations services.2.45.5.Recruitment services (excl. IT & finance - use 2.40.07 & 2.42.12).2.45.10.Conference/event management services (incl. entertainment).2.45.12.Window cleaning services.2.45.13.Laundry services.

Page 270: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2.45.16.Real estate services.2.45.17.Furniture maintenance & repair services.2.45.18.Office equipment services.2.45.20.Meteorological services.2.45.22.Technical/procedural writing services.2.45.23.Subscription services.2.45.25.Removal/relocation services (excl. storage services - use 3.74.07).2.45.27.Promotional/corporate goods.2.45.29.Personnel/human resources services.2.45.30.Language translation services.2.45.35.Plastic card fulfilment services.2.45.36.Training & education services - personnel related.2.45.47.Sales service.3.70.1.Pumping station - clean water.3.70.2.Pumping station - waste water.3.70.3.Treatment works - waste water.3.70.4.Treatment works - clean water.3.70.5.Water tower.3.70.6.Reservoir/dam/weir/lock.3.70.7.Tunnelling & shafts (incl. penstocks).3.70.8.Gas storage leaching.3.70.11.Carpentry services.3.70.12.Plumbing services.3.70.13.Electrician services.3.70.36.Flood defence construction.3.70.37.

Page 271: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Carpark construction.3.70.38.Airport construction.3.70.39.Pipeline construction.3.70.40.Harbour & marine engineering works.3.70.41.Land reclamation works & services.3.70.42.Railway construction.3.70.43.Gas transmission system plant construction.3.70.44.Gas transmission system plant repairs & upgrades.3.70.46.Bridge construction.3.70.50.Bridge maintenance.3.71.16.Subsea cable services.3.71.17.Underground telecommunication cable laying (incl. excavation &reinstatement).3.71.18.Underground telecommunication cable maintenance & repair.3.71.34.Multi-utility cable & pipe laying (incl. excavation & reinstatement).3.73.28.Microgeneration services.3.74.2.Vehicle bodybuilding.3.74.4.Vehicle recovery services.3.74.5.Courier services.3.74.6.Transportation services.3.74.7.Storage & warehousing services.3.74.9.Mechanical handling equipment maintenance (excl. fixed cranes - use3.74.26).3.74.11.Windscreen replacement.3.74.12.Vehicle washing services.3.74.14.Vehicle leasing & hire services.3.74.17.Traffic lights hire.

Page 272: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.74.19.Fleet management services.3.74.20.Railway track maintenance.3.74.22.Signing, guarding & lighting services (NRSWA).3.74.24.Tool hire.3.74.25.Boats/marine vessel maintenance.3.74.26.Fixed crane services.3.74.27.Traffic management services.3.74.28.Garage/workshop equipment maintenance.3.74.29.Mobile accomodation unit hire.3.74.30.Fuel card services.3.74.31.Marine equipment maintenance & repair services (excl. boats - use3.74.25).3.74.34.Haulage - low-loader (except haulage - general - see 3.74.6).3.74.98.Other hire services.3.74.99.Other transport & storage services.3.76.9.Cathodic protection consultancy.3.76.10.Hydrology & hydrogeology consultancy.3.76.11.Process consultancy.3.76.13.Dams consultancy.3.76.17.Scientific consultancy.3.76.18.Surveying services (excl. overhead line & pipeline surveying).3.76.20.Control & instrumentation consultancy.3.76.24.Hydraulic modelling consultancy.3.76.26.Project management consultancy.3.76.28.Cartography services (incl. section 105).3.76.29.Airfield consultancy.

Page 273: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.76.30.Fire consultancy.3.76.31.Flood defence consultancy.3.76.32.Harbour & marine consultancy.3.76.33.Port planning services.3.76.34.Gas network consultancy & services.3.76.35.Railway consultancy.3.78.6.Pump services.3.78.7.Valve services.3.78.10.Motor rewind services.3.78.11.Machining services.3.78.13.Gas appliance services.3.78.14.Water treatment plant services.3.79.22.Telecommunication overhead line construction.3.79.23.Telecommunication overhead line maintenance & repair.3.80.1.Water meter maintenance & repair services.3.99.4.Research & development.3.99.5.Testing & analysis services.3.99.12.Agricultural & land drainage services.3.99.23.Dredging services.3.99.34.Canal & river services (excl. river defence - use 3.99.24).3.99.37.Hydrographic services.3.99.40.Product testing.3.99.41.Machinery testing.3.99.42.Compliance and assessing services.3.99.43.Ecology and biodiversity.II.4) Common procurement vocabulary (CPV)

Page 274: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000,66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000,79000000, 80000000, 85000000, 90000000, 92000000, 98000000, 75000000II.5) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesSection III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Qualification for the system:Conditions to be fulfilled by economic operators in view of theirqualification: Conditions to be fulfilled by economic operators in view oftheir qualification:The UVDB / verify will be the first stage of qualification and will eitherbe used as the basis for tender selection or may be supplemented byadditional qualification criteria established by Scottish Power Plc inspecific product or service areas.It should be noted that Scottish Power Plc reserves the right not to usethe UVDB for certain contracts where it deems it necessary. Where suchcontracts are covered fully by the EU procurement legislation will insteadpublish a separate call for competition for that contract in thesupplement to the Official Journal of the European Union.Scottish Power Plc also reserves the right to use the UVDB / verify in thecompilation of tender lists for contracts not covered fully by the EU.Procurement legislation the UVDB system has led to savings to botheconomic operators (vendors) and purchasers and ensures that vendorsbenefit from a reduced workload.Whilst their applications are dealt with fairly and consistently bysubscribing utilities.The administrative costs are being met by the subscribing utilities andvendors. Vendors registering will therefore be required to make acontribution of 515 GBP for up to 7 product codes, 640 GBP for 8 to 14product codes, 815 GBP for 15 to 21 product codes and 1 015 GBP for 21 ormore product codes (plus VAT for UK applicants) annually.Towards these costs which is payable prior to dispatch of registrationmaterial. Suppliers or contractors who have already registered on the UVDBneed not reapply, but may wish to ensure that they are entered under allrelevant product or service categories. Where verify is required theyshould ensure that they have been audited to the appropriate verify levelas the content and pricing structure depends on risk level. VerifyCategory A 260 GBP, verify category B1 1 145 GBP, verify category B2 1 560GBP and verify category C 1 145 GBP. Please note that for factory auditsunder verify category D, the prices may vary so please contact Achillesfor a quote.Means of access to the qualification system is on a permanent basis.Methods according to which each of those conditions will be verified:These will be described in the details of the scheme available from theUVDB team.Section V: ProcedureIV.1) Award criteriaIV.1.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications or in the invitation to tender or to negotiate

Page 275: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

IV.1.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction:IV.2) Administrative informationIV.2.1) File reference number attributed by the contracting entity:Scottish Power Plc-QSN-Services-May-2012.IV.2.2) Duration of the qualification systemIndefinite durationIV.2.3) Information about renewalsRenewal of the qualification system: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: yesReference to project(s) and/or programme(s): Some contracts may befinanced by EU Funds.VI.3) Procedures for appealVI.3.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Subscriberssubject to the EU procurement legislation of England, Wales and NorthernIreland will, where appropriate, incorporate a minimum 10 calendar daystandstill period (or 15 days if non electronic or fax methods used) atthe point that information on the award of the contract is communicated totenderers. If an appeal regarding the award of a contract has not beensuccessfully resolved then the public contracts regulations 2006 providefor aggrieved parties who have been harmed or are at risk of harm by abreach of the rules to take action in the High Court (England, Wales andNorthern Ireland).VI.4) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 276: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Warwick: agricultural, farming, fishing, forestry and related products PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168962-2012 Part 1 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 2 - Supply contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 03000000, 15000000, 16000000, 18000000, 19000000, 22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 37000000, 38000000, 39000000, 41000000, 42000000, 43000000, 44000000, 48000000, 09000000, 14000000 Agricultural, farming, fishing, forestry and related products, Food, beverages, tobacco and related products, Agricultural machinery, Clothing, footwear, luggage articles and accessories, Leather and textile fabrics, plastic and rubber materials, Printed matter and related products, Chemical products, Office and computing machinery, equipment and supplies except furniture, and software packages, Electrical machinery, apparatus, equipment and consumables lighting, Radio, television, communication, telecommunication and related equipment, Medical equipments, pharmaceuticals and personal care products, Transport equipment and auxiliary products to transportation, Security, fire-fighting, police and defence equipment, Musical instruments, sport goods, games, toys, handicraft, art materials, and accessories, Laboratory, optical and precision equipments (excl. glasses), Furniture (incl. office furniture), furnishings, domestic appliances, (excl. lighting) and cleaning products, Collected and purified water, Industrial machinery, Machinery for mining, quarrying, construction equipment, Construction structures and materials auxiliary products to construction, (except electric apparatus), Software package and information systems, Petroleum products, fuel, electricity and other sources of energy, Mining, basic metals and related products AGENCY: NATIONAL GRID PLC COUNTRY: GB. LANGUAGE: EN

Part 1 of 2Qualification system – utilitiesDirective 2004/17/ECThis notice is a call for competition yesSection I: Contracting entityI.1) Name, addresses and contact point(s)National Grid PlcNational Grid House, Warwick Technology Park, Gallows HillCV34 6DA WarwickUNITED KINGDOMTelephone: +44 1235861118Internet address(es):General address of the contracting entity: http://www.achilles.com

Page 277: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Address of the buyer profile: http://www.nationalgrid.comElectronic submission of tenders and requests to participate:http://www.nationalgrid.com/uk/About/suppliers/contactI.2) Main activityProduction, transport and distribution of gas and heatElectricityExploration and extraction of gas and oilI.3) Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contractingentities: noSection II: Object of the qualification systemII.1) Title attributed to the contract by the contracting entity:UVDB (utlities vendor database).II.2) Type of contractSuppliesII.3) Description of the works, services or goods to be procured throughthe qualification system:This notice is to indicate that National Grid Plc will use the UVDBsystem, which is managed by Achilles Information Limited, as a system forthe registration of suppliers, contractors and service providers (vendors)for the purposes of awarding contracts of any value that are fully coveredby the EU procurement legislation and may use it for other contracts. Thisnotice represents a call for competition under the relevant legislation.From 27.9.2011. When selecting suppliers to tender for contracts, forcertain types of contract it considers to represent a high risk to itsoperations, National Grid Plc will require suppliers to be on the UVDB andaudited using the Achilles verify supplier audit system. These types ofcontract are indicated below, identified by Achilles code numbers.Suppliers must ensure UVDB registration and completion of verify auditrequirements to be considered for selection for tender lists for thesetypes of contracts.This notice also includes Achilles code numbers for other contracts, whereNational Grid Plc considers the risk to its operations as lower. In orderto be considered for selection for medium risk tender lists for thesetypes of contracts only UVDB registration is required initially and inorder to be considered for selection for low.Risk tender lists for these types of below threshold contracts, only TSMSregistration is required. Low risk suppliers who wish to be considered forover threshold contracts will be required to register on UVDB as well.High risk 1.1.27.Industrial consumables 1.2.0.Chemicals 1.2.1.Aluminium sulphate 1.2.2.Activated carbon 1.2.3.Calcium hydroxide 1.2.4.Chlorine 1.2.5.Ferric chloride 1.2.6.Ferric sulphate 1.2.7.Hydrogen peroxide 1.2.8.Phosphoric acid 1.2.9.Poly aluminium Chloride 1.2.10.

Page 278: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Potassium permanganate 1.2.12.Sodium chloride 1.2.13.Sodium hydroxide 1.2.14.Sodium hypochlorite 1.2.15.Sodium silicate 1.2.16.Sodium thiosulphate 1.2.17.Sulphuric acid 1.2.18.Polyelectrolytes 1.2.19.Trichloroethane 1.2.20.Distilled water 1.2.21.Laboratory chemicals 1.2.22.Reagents/buffer solutions 1.2.23.Hydrochloric acid 1.2.24.Ammonium sulphate 1.2.25.Sodium carbonate 1.2.27.Hydrazine hydrate 1.2.28.Sodium bicarbonate 1.2.29.Sodium bisulphite 1.2.30.Hexafluorosilicic acid 1.2.31.Ferrous sulphate 1.2.32.Ferrous chloride 1.2.33.Calcium nitrate 1.2.34.Calcium oxide 1.2.35.Molten sulphur 1.2.36.Odourant - mains gas 1.2.96.Other sodium-based chemicals 1.2.97.Other calcium-based chemicals 1.2.98.Other iron-based chemicals 1.2.99.Other chemicals 1.3.0.Clothing, footwear & personal protective equipment 1.3.1.Waterproof clothing 1.3.2.Protective clothing 1.3.3.Work wear/corporate clothing 1.3.5.Footwear (excl. protective - use 1.03.06) 1.3.6.Personal protective equipment 1.3.99.Other clothing & footwear 1.4.0.Telecommunications equipment 1.4.1.Telecommunications equipment & accessories (excl. PABX - use 1.04.23)1.4.3.Voice processing & other speech related products 1.4.4.Telecommunication transmission equipment 1.4.5.Telemetry equipment 1.4.6.Scada & telecontrol equipment 1.4.7.Mobile radio equipment 1.4.8.Microwave (incl. UHF scanning) 1.4.9.Antennae/aerial masts 1.4.21.ISDN equipment 1.4.22.CLASS equipment 1.4.23.PABX equipment 1.4.24.Payphones & spares 1.4.25.Communication tower steel structures 1.4.26.

Page 279: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Radio clocks 1.4.27.Synchronising equipment (incl. interfacing equipment) 1.4.28.Satellite communications equipment 1.4.29.Radar equipment 1.4.99.Other telecommunications equipment 1.5.0.Cables & accessories 1.5.1.Underground mains & service cable - below 1kV 1.5.2.Underground mains cable - 1kV to 19kV 1.5.3.Underground mains cable - 20kV to 99kV 1.5.4.Underground mains cable - 100kV to 199 kV 1.5.5.Underground mains cable - 200kV & Above 1.5.6.Underground cable joints, terminations & jointing materials - below 1kV1.5.7.Underground cable joints, terminations & jointing materials - 1kV to 19kV1.5.8.Underground cable joints, terminations & jointing materials - 20kV to 99kV1.5.9.Underground cable joints, terminations & jointing materials - 100kV to199kV 1.5.10.Underground cable joints, terminations & jointing materials - 200kV &Above 1.5.11.General wiring cable 1.5.12.Telecommunications cable 1.5.13.Fibre optic cable 1.5.14.Fibre optic cable accessories 1.5.15.Cable accessories (excl. Ducting - use 1.18.17) 1.5.16.Control & instrumentation cable 1.5.17.Control & instrumentation cable accessories 1.5.18.Solder 1.5.19.Link boxes 1.5.20.Subsea cables 1.5.99.Other cables (excl. underground marker materials - use 1.01.18) 1.6.0Overhead line equipment & accessories 1.6.1.Covered overhead line conductor 1.6.2.Bare overhead line conductor 1.6.4.Conductor fittings 1.6.5.Helical fittings 1.6.6.Insulator fittings 1.6.7.Electrical insulators - Porcelain 1.6.8.Electrical insulators - glass 1.6.9.Electrical insulators - polymeric 1.6.10.Overhead line towers 1.6.11.Overhead line accessories 1.6.12.Overhead line steelwork 1.6.13.Overhead line poles 1.6.14.Stranded wire products 1.6.99.Other overhead line equipment & accessories 1.7.0.Transformers, reactors & capacitors 1.7.2.Transformers - distribution ground mounted (2000kVA & below) 1.7.3.Transformers - distribution pole mounted (315kVA & below) 1.7.4.Transformers - generator 1.7.5.

Page 280: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Transformer ancillary equipment 1.7.20.Transformers - current 1.7.21.Transformers - voltage 1.7.24.Substations - unit/composite 1.7.27.Transformers - primary (below 10MVA) 1.7.28.Transformers - primary (10MVA to 100MVA) 1.7.29.Transformers - grid (above 100MVA) 1.7.30.Tap changing equipment 1.7.31.Transformer bushings 1.7.32.Quadrature boosters 1.7.33.Voltage regulators 1.7.34.Reactors 1.7.35.Capacitors 1.7.99.Other transformers 1.8.20.Electrical/electronic components 1.8.21.Control & instrumentation systems & spares (excl. nuclear - use 1.22.12)1.9.0.Electrical protection equipment 1.9.2.Cut outs 1.9.5.Relays 1.9.9.Fuses - below 1kV 1.9.10.Fuses - 1kV to 11kV 1.9.11.Fuses - above 11kV 1.9.12.Surge diverters/arrestors 1.9.13.Distribution fuse cabinets/pillars 1.9.14.Fault passage indicators 1.9.15.Uninterruptible power supply (UPS) systems 1.9.16.Lightning protection equipment 1.9.17.Control & protection cabinets/cabins for substations (38kV & above)1.9.99.Other electrical protection equipment 1.10.0.Energy, water, fuels, oils & greases 1.10.1.Electricity 1.10.2.Natural gas 1.10.10.Solid fuel 1.10.11.Petrol 1.10.14.Insulating oils 1.10.15.Lubricating oils 1.10.16.Paraffin 1.10.17.Heating oils 1.10.18.Fuel oil 1.10.19.Hydraulic fluids 1.10.23.Degreasants & solvents 1.10.24.Greases 1.10.25.Biodegradable oils 1.10.26.Fuel additives 1.10.27.Mains water (potable) 1.10.28.Alternative/emergency water supplies 1.10.99.Other energy, oils & fuels 1.13.0.Mechanical machinery, equipment & spares 1.13.1.Bearings & transmission products 1.13.2.

Page 281: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Mechanical seals & gaskets 1.13.3.Blowers, exhausters & fans 1.13.4.Conveyor systems incl. belts 1.13.5.Tanks & covers (excl. fuel - use 1.20.21) 1.13.7.Filters (excl. Car Filters - use 1.20.15) 1.13.16.Compressed air/gas systems (incl. fixed compressors & vessels) 1.13.17.Fire fighting equipment 1.13.24.Oil & gas powered motors 1.13.35.Centrifuges 1.13.36.Drive belts, chains & couplings 1.13.37.Cranes (fixed location) 1.13.40.Rubber hoses & couplings 1.13.41.Lifting gear, winches & other lifting equipment 1.13.42.Overhead gantries & walkways 1.13.43.Gas & air treatment plant 1.13.44.Lubrication equipment 1.13.45.Skid units/pressure reduction modules 1.13.99.Other mechanical machinery, equipment & spares 1.16.3.Electricity meters - credit 1.16.13.Gas meters - credit 1.16.14.Gas meters - prepayment 1.18.0.Pipes & accessories 1.18.1.Pipes & fittings - fibre cement 1.18.2.Pipes & fittings - concrete 1.18.3.Pipes & fittings - ductile iron 1.18.4.Pipes & fittings - copper 1.18.5.Pipes & fittings - clay 1.18.6.Pipes & fittings - high density polyethylene (HDPE) 1.18.7.Pipes & fittings - medium density polyethylene (MDPE) 1.18.8.Pipes & fittings - MOPVC 1.18.9.Pipes & fittings - PVC 1.18.10.Pipes & fittings - steel 1.18.11.Pipe fittings - clamps & Collars 1.18.12.Pipe fittings - couplings & flanged adapters 1.18.13.Pipe fittings - electrofusion fittings 1.18.14.Pipe fittings - gunmetal 1.18.15.Pipe Fittings - plastic 1.18.16.Pipes & fittings - stainless steel 1.18.17.Ducting 1.18.18.Water flange joint sets 1.18.19.Pipe accessories, consumables & associated supplies 1.18.20.Surface boxes & chambers 1.18.25.Leak detection, control & repair equipment/materials 1.18.26.Pipes & fittings - GRP 1.18.27.Standpipes 1.18.99.Other Pipes 1.19.0.Valves, actuators & spares 1.19.1.Valves - air 1.19.2.Valves - gate/sluice/knife 1.19.3.Valves - hydrants 1.19.4.Valves - non-return/reflux/check 1.19.5.

Page 282: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Valves - penstock 1.19.7.Valves - needle/globe 1.19.8.Valves - flap 1.19.9.Valves - butterfly 1.19.10.Valves - ball 1.19.11.Valves - diaphragm 1.19.12.Valves - pressure control 1.19.15.Valves - solenoid 1.19.16.Valves - safety 1.19.17.Actuators 1.19.18.Valves - float operated 1.19.19.Valves - plug 1.19.99.Other valves, actuators & spares 1.20.0.Transport & mobile plant 1.20.1.Passenger cars 1.20.2.Vans - car-derived 1.20.3.Commercial vehicles 1.20.6.Specialist vehicles, tankers, bodies & trailers 1.20.7.Tyres & tubes 1.20.8.Cable/pipe laying plant 1.20.9.Mobile plant (excl. mechanical handling plant - use 1.20.13) 1.20.10.Trenchless equipment 1.20.11.Access platforms & equipment 1.20.12.Horticultural equipment 1.20.13.Cranes (mobile) & mechanical handling plant/equipment 1.20.14.Garage equipment 1.20.15.Vehicle/mobile plant parts & accessories 1.20.16.Boats & marine vessels 1.20.17.Bicycles & spares 1.20.18.Railway equipment 1.20.19.Passenger loading bridges 1.20.20.Baggage trolleys 1.20.21.Fuel delivery, storage and dispensing equipment 1.20.98.Other transport 1.20.99.Other mobile plant 1.23.5.Network equipment & accessories 1.24.0.Switchgear 1.24.1.Switchgear - Indoor (Below 1kV) 1.24.2.Switchgear - indoor (1kV to 19kV) 1.24.3.Switchgear - indoor (20kV to 99kV) 1.24.4.Switchgear - indoor (100kV to 199kV) 1.24.5.Switchgear - indoor (200kV & Above) 1.24.6.Switchgear - outdoor (below 1kV) 1.24.7.Switchgear - outdoor (1kV to 19kV) 1.24.8.Switchgear - outdoor (20kV to 99kV) 1.24.9.Switchgear - outdoor (100kV to 199kV) 1.24.10.Switchgear - outdoor (200kV & Above) 1.24.11.Switchgear - multi motor 1.24.12.Switchgear - power factor correction 1.24.13.Switchgear - variable speed/soft driven 1.24.14.Switchgear - direct current (DC) 1.24.15.

Page 283: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Switchgear parts & accessories 1.24.16.Circuit breakers 1.24.17.Disconnectors 1.24.99.Other Switchgear 1.26.0.Industrial gases 1.26.1.Propane 1.26.2.Butane 1.26.3.Oxygen 1.26.4.Nitrogen 1.26.5.Carbon dioxide 1.26.6.Sulphur dioxide 1.26.7.Sulphur Hexafluoride 1.26.8.Argon free oxygen 1.26.9.Hydrogen 1.26.10.Methane 1.26.11.Acetylene 1.26.12.Helium 1.26.13.Laboratory gases 1.26.14.Medical gases 1.26.15.Argon 1.26.16.Argonshield 1.26.17.Oxygen free nitrogen 1.26.99.Other industrial gases 1.27.0.Gas transmission/distribution plant & equipment 1.27.1.Compressor station/aero engines & spares 1.27.2.Compressor station plant & spares 1.27.3.Compressor station consumables 1.27.4.Compressor station fire & gas equipment 1.27.5.Compressor station safety & test equipment 1.27.6.Compressor station emission stacks 1.27.7.Gas holder antifreeze units 1.27.8.Odorisation equipment 1.27.9.Water bath heaters 1.27.10.Fogger/gas conditioning units 1.27.11.Integrated gas analytical systems 1.27.12.Gas storage plant & equipment 1.27.99.Other gas transmission/distribution plant & equipment 1.60.0.Airport equipment 1.60.1.Airport specific information systems 1.60.2.Flight information displays (FIDS) (screens with flight and gateinformation) 1.60.3.Flight management systems (AODB) (to register passengers per airline andinvoice airlines) 1.60.4.Baggage handling systems (insourced/outsourced) 1.60.5.Passenger queue measurement systems 1.61.0.Airport handling equipment 1.61.1.Baggage transportation equipment 1.61.2.Baggage classification equipment 1.62.0.Air traffic management systems 1.62.1.Communication systems (VHF-YHF, tetra systems) 1.62.2.Radars and surveillance systems 1.62.3.

Page 284: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Air navigation systems: ILS (instrumental landing systems), NDB, VOR1.62.4.Meteorological equipment: IRVR transmission meters, AMOs/RAMOS/SAMOS/FAMOS1.63.0.Airport firefighting equipment 1.63.1.Firefighting vehicles - airside 2.40.6.Facilities management services - IT 2.41.7.Health & safety consultancy 2.44.12.Waste management services (excl. radioactive - use 3.77.09) 2.45.6.Security services 2.45.46.Rescue and emergency medical services 2.45.48.CAP699 competency management 2.46.0.Airport operations - technical services (Airfield) 2.46.1.Wildlife / bird management 2.46.2.Stand / coaching planning 2.46.3.Slots planning 2.46.4.Ice management / weather systems 2.46.5.Marshalling 2.46.6.Cargo systems management (processing/customs) 2.46.7.Auditing 2.47.0.Airside handling 2.47.1.Handling aircraft - ramps 2.47.2.Handling passengers - PRM (people with reduced mobility) 3.70.0.Building, civil engineering & associated services 3.70.1.Pumping station - clean water 3.70.2.Pumping station - waste water 3.70.3.Treatment works - waste water 3.70.4.Treatment works - clean water 3.70.5.Water tower 3.70.6.Reservoir/dam/weir/lock 3.70.7.Tunnelling & shafts (incl. penstocks) 3.70.8.Gas storage leaching 3.70.11.Carpentry services 3.70.12.Plumbing services 3.70.13.Electrician services 3.70.14.Industrial painting & specialist coating services 3.70.16.Grounds care maintenance 3.70.17.Fire protection & maintenance services (excl. substation - use 3.75.09)3.70.18.Demolition & clearance work 3.70.19.Lift/escalator services 3.70.20.Roofing services 3.70.21.Concrete services 3.70.22.Fencing services 3.70.23.Land reinstatement services 3.70.24.Landscaping services (incl. earthworks) 3.70.25.Foundation services (incl. piling) 3.70.26.Road construction & surfacing services 3.70.27.Rock anchor services 3.70.31.General building incl. offices 3.70.32.Security equipment installation & maintenance 3.70.33.

Page 285: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Modular structures 3.70.34.Heating, ventilation & air conditioning services (excl. power station -use 3.73.22) 3.70.35.Insulation services 3.70.36.Flood defence construction 3.70.37.Carpark construction 3.70.38.Airport construction 3.70.39.Pipeline construction 3.70.40.Harbour & marine engineering works 3.70.41.Land reclamation works & services 3.70.42.Railway construction 3.70.43.Gas transmission system plant construction 3.70.44.Gas transmission system plant repairs & upgrades 3.70.45.Minor civil works 3.70.46.Bridge construction 3.70.47.Off-shore structures 3.70.48.Gas drying plant 3.70.49.Gas storage plant site services 3.70.50.Bridge maintenance 3.70.99.Other building, civil engineering & associated services 3.71.0.Underground cable services 3.71.16.Subsea cable services 3.71.17.Underground telecommunication cable laying (incl. excavation &reinstatement) 3.71.18.Underground telecommunication cable maintenance & repair 3.71.19.Underground cable laying (incl. excavation & reinstatement) - below 1kV3.71.20.Underground cable laying (incl. excavation & reinstatement) - 1kV to 19kV3.71.21.Underground cable laying (incl. excavation & reinstatement) - 20kV to 99kV3.71.22.Underground cable laying (incl. excavation & reinstatement) - 100kV to199kV 3.71.23.Underground cable laying (incl. excavation & reinstatement) - 200kV &above 3.71.24.Underground cable jointing - below 1kV 3.71.25.Underground cable jointing - 1KV to 19kV 3.71.26.Underground cable jointing - 20kV to 99kV 3.71.27.Underground cable jointing - 100kV to 199kV 3.71.28.Underground cable jointing - 200kV & Above 3.71.29.Underground cable maintenance & repair - below 1kV 3.71.30.Underground cable maintenance & repair - 1kV to 19kV 3.71.31.Underground cable maintenance & Repair - 20kV to 99kV 3.71.32.Underground cable maintenance & repair - 100kV to 199kV 3.71.33.Underground cable maintenance & repair - 200kV & Above 3.71.34.Multi-utility cable & pipe laying (incl. excavation & reinstatement)3.71.35.Trenchless cable laying 3.71.36.Street lighting connection 3.71.99.Other underground cable services 3.72.0.Pipe services 3.72.1.

Page 286: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Water service pipe laying (incl. excavation & reinstatement) 3.72.2.Water mains pipe laying (incl. excavation & reinstatement) 3.72.3.Sewer pipe laying (incl. excavation & reinstatement) 3.72.4.Marine/river outfall 3.72.5.Water service pipe maintenance & repair 3.72.6.Water mains pipe maintenance & repair 3.72.7.Sewer pipe maintenance & repair 3.72.9.Pipe surveying services 3.72.10.Trenchless pipe laying (incl. pipe replacement) 3.72.11.Borehole & well drilling 3.72.13.Pipework fabrication & installation 3.72.15.Transmission pipeline services 3.72.18.Heating pipe services 3.72.19.Flexible structures, waterproof lining services 3.72.20.Pipeline CCTV/inspection services 3.72.21.Pipe coating / lining services 3.72.22.Sewer jetting services 3.72.23.Gas service pipe laying (incl. excavation & reinstatement) 3.72.24.Gas mains pipe laying (incl. excavation & reinstatement) 3.72.25.Gas service pipe maintenance & repair 3.72.26.Gas mains pipe maintenance & repair 3.72.27.Sub-sea pipe laying 3.72.97.Other gas pipe services 3.72.98.Other water pipe services 3.72.99.Other pipe services 3.73.0.Generation services 3.73.1.Boiler services 3.73.2.Engine services 3.73.3.Feed system services 3.73.4.Turbine services 3.73.5.Generator services 3.73.6.Fuel system services 3.73.10.Generation operation & maintenance services 3.73.11.Energy supply plant installation & operation services 3.73.12.Power station - combined heat & power gas turbine (CHP) 3.73.13.Power station - combined cycle gas turbine (CCGT) 3.73.14.Power station - reciprocating engine combined heat & power 3.73.15.Steam system services 3.73.16.Cooling water system services 3.73.17.Bulk storage services 3.73.19.Ash/residue disposal system services 3.73.20.Combustion air system services 3.73.21.Flue gas exhaust system services 3.73.22.Power station heating & ventilation services 3.73.23.Wind farm construction 3.73.24.Wind power plant services (excl. construction) 3.73.25.Hydro-electric power plant construction 3.73.26.Hydro-electric power plant services (excl. construction) 3.73.27.Power station - conventional thermal power plants 3.73.99.Other generation services 3.74.8.Mobile plant hire services 3.74.34.

Page 287: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Haulage - low-loader (except Haulage - general - see 3.74.6) 3.75.0.Substation services 3.75.2.Substation building civil services 3.75.3.Protection & control system services 3.75.4.Telecontrol services 3.75.5.Switchgear services 3.75.6.Transformer services 3.75.7.Substation cabling services 3.75.8.Substation plant dismantling & removal 3.75.9.Substation fire protection services 3.75.10.Substation plant painting services 3.75.11.Substation design - transmission 3.75.12.Substation construction - transmission 3.75.13.Substation design & construction - transmission 3.75.14.Substation turnkey - transmission 3.75.15.Substation Design - distribution 3.75.16.Substation construction - distribution 3.75.17.Substation design & construction - distribution 3.75.18.Substation turnkey - distribution 3.75.19.Substation general maintenance 3.75.99.Other substation services 3.76.0.Engineering consultancy 3.76.1.Technical consultancy 3.76.2.Planning consultancy 3.76.3.Electrical consultancy - 11kV & Below 3.76.4.Electrical consultancy - 20kv to 99kv 3.76.5.Electrical consultancy - 100kv to 199kv 3.76.6.Electrical consultancy - 200kV & Above 3.76.7.Mechanical consultancy 3.76.8.Structural consultancy 3.76.9.Cathodic protection consultancy 3.76.10.Hydrology & hydrogeology consultancy 3.76.11.Process consultancy 3.76.12.Tunnels consultancy 3.76.13.Dams consultancy 3.76.14.Quantity surveying 3.76.15.Topographical consultancy 3.76.17.Scientific consultancy 3.76.19.Archaeological consultancy & surveys 3.76.20.Control & instrumentation consultancy 3.76.21.Architectural services 3.76.22.Civil engineering consultancy 3.76.23.Environmental impact surveys 3.76.24.Hydraulic modelling consultancy 3.76.25.Pipeline consultancy 3.76.26.Project management consultancy 3.76.27.Geotechnical site investigation services 3.76.28.Cartography services (incl. section 105) 3.76.29.Airfield consultancy 3.76.30.Fire consultancy 3.76.31.Flood Defence consultancy 3.76.32.

Page 288: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Harbour & marine consultancy 3.76.33.Port planning services 3.76.34.Gas network consultancy & services 3.76.99.Other Engineering Consultancy 3.77.0.Nuclear & reactor services 3.77.1.Health physics services 3.77.2.Reactor physics services 3.77.3.Reactor core services 3.77.4.Gas circulator services 3.77.5.Control rod & assembly services 3.77.6.Fuel route services 3.77.7.Nuclear island control & instrumentation services 3.77.8.Nuclear decommissioning 3.77.9.Radioactive waste management services 3.77.10.Nuclear fuel services 3.77.11.Nuclear routine & outage plant maintenance 3.77.12.Nuclear power station outage management services 3.77.13.Nuclear safety case preparation & support services 3.77.99.Other nuclear & reactor services 3.78.0.Mechanical, electrical, instrumentation, control & automation services3.78.1.Control & instrumentation services 3.78.2.Electrical inspection/testing services 3.78.3.Mechanical inspection/testing services 3.78.4.Electrical installation services 3.78.5.Mechanical installation services 3.78.6.Pump services 3.78.7.Valve services 3.78.8.Compressed air/gas system services 3.78.9.Metal & steel fabrication services 3.78.10.Motor rewind services 3.78.11.Machining services 3.78.12.Deplanting/decommissioning services 3.78.13.Gas appliance services 3.78.14.Water treatment plant services 3.78.15.Gas network plant services 3.78.16.Lighting services 3.78.17.Gas storage plant services 3.78.18.Mechanical maintenance and repair services 3.78.19.Electrical maintenance and repair services 3.78.99.Other mechanical, electrical, instrumentation, control & automationservices 3.79.0.Overhead line services 3.79.1.Overhead line construction - wood pole (11kV & below) 3.79.2.Overhead line construction - wood pole (20kV to 99kV) 3.79.3.Overhead line inspection, maintenance & repair - wood pole (11kV & below)3.79.4.Overhead line inspection, maintenance & repair - wood pole (20kV to 99kV)3.79.5.Overhead line design - tower (20kV to 99kV) 3.79.6.Overhead line design - tower (100kV to 199kV) 3.79.7.

Page 289: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Overhead line design - Tower (200kV & above) 3.79.8.Overhead line construction - tower (20kV to 99kV) 3.79.9.Overhead line construction - tower (100kV to 199kV) 3.79.10.Overhead line construction - tower (200kV & above) 3.79.11.Overhead line design & construction - tower (20kV to 99kV) 3.79.12.Overhead line design & construction - tower (100kV to 199kV) 3.79.13.Overhead line design & construction - tower (200kV & above) 3.79.14.Overhead line inspection, maintenance & repair - tower (20kV to 99kV)3.79.15.Overhead line inspection, maintenance & repair - tower (100kV to 199kV)3.79.16.Overhead line inspection, maintenance & repair - tower (200kV & above)3.79.17.Overhead line services - surveying 3.79.18.Overhead line services - tree cutting 3.79.19.Overhead line services - tower painting 3.79.20.Overhead line services - scaffolding (system use) 3.79.21.Overhead line services - wood pole installation 3.79.22.Telecommunication overhead line construction 3.79.23.Telecommunication overhead line maintenance & repair 3.79.24.Overhead line construction - wood pole (100kV to 199kV) 3.79.25.Overhead line inspection, maintenance & repair - wood pole (100kV to199kV) 3.79.99.Other overhead line services 3.80.0.Meter & associated services 3.80.1.Water meter maintenance & repair services 3.80.2.Electricity meter maintenance & repair services 3.80.3.Gas meter maintenance & repair services 3.80.4.Meter installation & removal services 3.80.5.Meter operator services 3.80.6.Meter calibration services 3.80.99.Other meter & associated services 3.99.0.Other engineering services 3.99.1.Thermal hydrolysis 3.99.3.Calibration services (excl. meter - use 3.80.06) 3.99.4.Research & development 3.99.5.Testing & analysis services 3.99.11.Diving services 3.99.12.Agricultural & land drainage services 3.99.13.Anti corrosion & cathodic protection services 3.99.14.Heat treatment/hardening services 3.99.19.Joint sealing services 3.99.23.Dredging services 3.99.24.Flood defence services 3.99.25.Statutory inspection services/safety assessments 3.99.27.Non-destructive testing services 3.99.28.Scaffolding services (non-system use) 3.99.29.Industrial cleaning services 3.99.31.Welding services 3.99.32.Monitoring services 3.99.33.Laboratory services 3.99.34.

Page 290: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Canal & river services (excl. river defence - use 3.99.24) 3.99.35.Fisheries services 3.99.36.Salvaging services 3.99.37.Hydrographic services 3.99.42.Compliance and assessing services 3.99.43.Ecology and biodiversity 3.99.99.Other engineering services.Medium risk 1.1.0.Building/civil products 1.1.1.Sand 1.1.2.Gravel 1.1.3.Aggregate & stone 1.1.4.Reinstatement products 1.1.5.Concrete ready mixed 1.1.6.Pre-cast building products 1.1.7.Paints & varnishes 1.1.8.Insulation equipment & materials 1.1.9.Mobile accommodation units (excl. hire - use 3.74.29) 1.1.10.Security equipment 1.1.11.Enclosures & kiosks (excl. meter housings - use 1.16.19) 1.1.12.Signs (excl. road signs - use 1.01.13) 1.1.13.Road furniture 1.1.14.Fencing 1.1.15.Steel/metal materials (excl. cables & pipes) 1.1.16.Timber materials (excl. wood poles - use 1.06.13) 1.1.17.Horticultural products 1.1.18.Underground marker materials 1.1.19.Insulation/plastic tape 1.1.20.Fasteners & fixings 1.1.21.Flood defence/landscaping building products 1.1.22.Domestic appliances 1.1.23.Adhesives & sealants - general 1.1.24.Airport/port security equipment 1.1.25.Environmental/reclaimed building products 1.1.26.Prefabricated buildings 1.1.28.Off-shore structure equipment 1.1.30.Plumbing equipment & sundries 1.1.98.Other quarry products 1.1.99.Other building/civil products 1.8.0.Electrical, control & instrumentation equipment 1.8.5.Distribution boards (1kV & below) 1.8.6.Earthing equipment 1.8.7.Electrical motors 1.8.10.Primary cells, batteries & chargers 1.8.11.Portable power supplies/mobile generators (excl. fixed generators - use1.11.06) 1.8.13.Heating, ventilation & air conditioning equipment (excl. power station -use 1.11.18) 1.8.14.Trace heating equipment 1.8.15.Busbars & support structures 1.8.16.Motor control centres & spares 1.8.17.

Page 291: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Electronic cards & systems 1.8.18.Programmable logic controllers (PLC's) 1.8.19.Lighting & accessories (excl street lighting) 1.8.22.Control & instrumentation automation hardware 1.8.23.Optical instruments 1.8.24.Instrumentation & associated equipment (excl. optical) 1.8.25.Photographic equipment 1.8.26.Detection/monitoring equipment (excl. leak detection - use 1.18.25)1.8.27.Evaporators, refrigerators & cryogenerators (excl. air conditioning - use1.08.13) 1.8.28.Docking guidance systems 1.8.29.Car park equipment & systems 1.8.30.Airfield lighting 1.8.31.Ticket vending machines 1.8.99.Other electrical, control & instrumentation equipment 1.11.0.Generation plant & equipment 1.11.1.Industrial hot water boilers (excl. domestic boilers - use 1.01.22)1.11.2.Steam boilers 1.11.3.Boiler ancillary equipment 1.11.4.Generators - power station 1.11.6.Engines & engine spares (excl. mobile generators - use 1.08.11) 1.11.7.Cooling systems & spares 1.11.8.Fuel & oil systems & spares 1.11.9.Feed water systems & spares 1.11.10.Turbines & spares - steam 1.11.11.Solid fuel supply systems & spares 1.11.12.Liquid fuel supply systems & spares 1.11.13.Gas fuel supply systems & spares 1.11.14.Ash/residue disposal systems & spares 1.11.15.Combustion air systems & spares 1.11.16.Flue gas exhaust systems & spares 1.11.17.Turbines & spares - gas 1.11.18.Power station heating & ventilation equipment 1.11.19.Wind power production equipment 1.11.20.Hydro-electric power production plant 1.11.21.Bio energy production equipment 1.11.22.[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 292: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Warwick: agricultural, farming, fishing, forestry and related products PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168962-2012 Part 2 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 2 - Supply contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 03000000, 15000000, 16000000, 18000000, 19000000, 22000000, 24000000, 30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 37000000, 38000000, 39000000, 41000000, 42000000, 43000000, 44000000, 48000000, 09000000, 14000000 Agricultural, farming, fishing, forestry and related products, Food, beverages, tobacco and related products, Agricultural machinery, Clothing, footwear, luggage articles and accessories, Leather and textile fabrics, plastic and rubber materials, Printed matter and related products, Chemical products, Office and computing machinery, equipment and supplies except furniture, and software packages, Electrical machinery, apparatus, equipment and consumables lighting, Radio, television, communication, telecommunication and related equipment, Medical equipments, pharmaceuticals and personal care products, Transport equipment and auxiliary products to transportation, Security, fire-fighting, police and defence equipment, Musical instruments, sport goods, games, toys, handicraft, art materials, and accessories, Laboratory, optical and precision equipments (excl. glasses), Furniture (incl. office furniture), furnishings, domestic appliances, (excl. lighting) and cleaning products, Collected and purified water, Industrial machinery, Machinery for mining, quarrying, construction equipment, Construction structures and materials auxiliary products to construction, (except electric apparatus), Software package and information systems, Petroleum products, fuel, electricity and other sources of energy, Mining, basic metals and related products AGENCY: NATIONAL GRID PLC COUNTRY: GB. LANGUAGE: EN

Part 2 of 2Wave motion power production equipment 1.11.23.Combined heat & power (CHP) plant 1.11.24.Solar power production equipment 1.11.98.Other boilers & boiler spares 1.11.99.Other generation plant & equipment 1.16.0.Meters & associated equipment 1.16.1.Water meters (encoded) 1.16.2.Water meters (non-encoded) 1.16.4.Electricity meters - prepayment 1.16.5.Electricity meters - programmable 1.16.6.Electrical metering control devices 1.16.7.Meter accessories & spares 1.16.8.

Page 293: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Meter tokens & cards 1.16.12.Electrical meters - power station/grid 1.16.15.Gas meters - electronic 1.16.16.Governors, regulators & associated equipment 1.16.18.Prewired meter cabinets 1.16.99.Other meters & associated equipment 2.41.0.Consultancy (excl. engineering consultancy) 2.41.2.Financial consultancy 2.41.3.IT consultancy (excl. E-commerce - use 2.41.17) 2.41.4.Change management consultancy 2.41.5.Energy management consultancy 2.41.6.Estates & property consultancy 2.41.8.Procurement & materials management consultancy 2.41.9.Public relations consultancy 2.41.10.Security consultancy 2.41.11.Telecommunications/telemetry consultancy 2.41.12.Environmental consultancy 2.41.13.Quality assurance consultancy 2.41.15.Community relations consultancy 2.41.16.Retail consultancy 2.41.17.E-commerce consultancy 2.41.18Corporate planning & strategy consulting 2.41.19.Facilities management consultancy 2.41.20.Marketing & advertising consultancy 2.41.21.Fisheries consultancy 2.41.22.Risk management consultancy 2.41.23.Value management consultancy 2.41.29.Public consultation consultancy 2.41.99.Other consultancy 2.42.6.Accountancy services 2.43.0.Hotel, travel & catering services (excl. consultancy) 2.43.1.Travel agency services 2.43.2.Hotel/Accommodation services 2.43.3.Catering services (offsite) 2.43.4.Catering services (onsite) 2.43.99.Other hotel, travel & catering services 2.44.0.Sewage, scrap & refuse disposal services 2.44.1.Sewage/sludge disposal services 2.44.2.Scrap disposal services 2.44.3.Refuse/general waste disposal services 2.44.4.Sanitation services 2.44.5.Vermin control services 2.44.6.Hazardous material handling/treatment/disposal services (incl. asbestos)2.44.7.Non-hazardous disposal services 2.44.8.Decontamination/pollution control services 2.44.10.Recycling services 2.44.11.Waste skip hire 2.44.99.Other disposal services 2.45.3.Printing & publication services (excl. pre-printed stationery - use1.17.13) 2.45.7.

Page 294: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Training & education services - functional 2.45.8.Occupational health services 2.45.27.Promotional/corporate goods 3.70.15.Building/office maintenance & refurbishment services 3.70.61.Rope access and abseiling services 3.73.28.Microgeneration services 3.74.0.Transport, storage & hire services 3.74.1.Vehicle accident & repair services 3.74.2.Vehicle bodybuilding 3.74.4.Vehicle recovery services 3.74.5.Courier services 3.74.6.Transportation services 3.74.7.Storage & warehousing services 3.74.9.Mechanical handling equipment maintenance (excl. fixed cranes - use3.74.26) 3.74.10.Mobile plant maintenance 3.74.11.Windscreen replacement 3.74.12.Vehicle washing services 3.74.13.Vehicle disposal services 3.74.14.Vehicle leasing & hire services 3.74.15.Helicopter/air transport services (excl. overhead line surveys - use3.79.17) 3.74.16.Generator hire (non-system use) 3.74.17.Traffic lights hire 3.74.19.Fleet management services 3.74.20.Railway track maintenance 3.74.21.Weighbridge services 3.74.22.Signing, guarding & lighting services (NRSWA) 3.74.23.Generator hire (system use) 3.74.24.Tool hire 3.74.25.Boats/marine vessel maintenance 3.74.26.Fixed crane services 3.74.27.Traffic management services 3.74.28.Garage/workshop equipment maintenance 3.74.29.Mobile accommodation unit hire 3.74.30.Fuel card services 3.74.31.Marine equipment maintenance & repair services (excl. boats - use 3.74.25)3.74.98.Other hire services 3.74.99.Other transport & storage services 3.76.18.Surveying services (excl. overhead line & pipeline surveying) 3.80.7.Meter reading services 3.99.9.Tool, instrument & specialist equipment services 3.99.40.Product testing 3.99.41.Machinery testing.Low risk 1.1.35.Fixtures & fittings 1.2.37.Ferric nitrate 1.2.38.Aluminium chloride 1.3.8.First aid kits & supplies 1.14.0.Pumps, accessories & spares 1.14.1.

Page 295: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Pumps - centrifugal 1.14.2.Pumps - submersible 1.14.3.Pumps - positive displacement 1.14.5.Pumps - split case 1.14.6.Pumps - double disk 1.14.9.Pumps - washwater pump sets 1.14.10.Pumps - metering & dosing 1.14.11.Pumps - borehole 1.14.12.Pumps - macerator 1.14.13.Pumps - peristaltic 1.14.14.Pumps - portable 1.14.15.Pumps - hydraulic 1.14.16.Pumps - screw 1.14.17.Pumps - axial 1.14.18.Pumps - vacuum 1.14.19.Pumps - progressing cavity 1.14.99.Other pumps, accessories & spares 1.16.19.Meter cabinets & housings 1.17.0.Office/depot materials & equipment 1.17.1.Office equipment (excl. printers - use 1.23.04) 1.17.2.Office furniture 1.17.3.Office stationery 1.17.4.Office furnishings & fittings (excl. furniture - use 1.17.02) 1.17.5.Audio & visual equipment & accessories 1.17.7.Drawing office equipment & supplies 1.17.9.Paper & card 1.17.13.Pre-printed stationery/supplies 1.17.16.Publications (off-the-shelf) 1.17.17.Paper maps 1.17.18.Janitorial equipment & supplies 1.17.21.Printing & photographic chemicals & materials 1.17.22.Catering equipment 1.17.23.Catering supplies 1.17.24.Storage/warehouse equipment & supplies 1.17.25.Packaging equipment & supplies 1.17.26.Security printing 1.17.27.Pre-printed plastic cards 1.17.80.Recycling supplies 1.17.81.Recycling equipment 1.17.99.Other office materials & supplies 1.21.0.Tools & specialist equipment 1.21.1.Tools & equipment - cable joiners 1.21.2.Tools & equipment - overhead line 1.21.3.Insulated tools 1.21.4.Hand tools (non-powered) 1.21.5.Tools & equipment - drilling 1.21.6.Power tools (incl. pneumatic/hydraulic) 1.21.8.Test & inspection equipment 1.21.9.Workshop machinery & equipment 1.21.10.Industrial cleaning equipment 1.21.11.Workshop cleaning consumables 1.21.13.

Page 296: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Abrasive products 1.21.14.Welding & cutting equipment (incl. consumables) 1.21.15.Tools & equipment - pipeline 1.21.16.Weighing equipment 1.21.17.Laboratory equipment 1.21.18.Pollution control equipment 1.21.19.Ladders 1.21.20.Port/Marine tools & equipment 1.21.99.Other tools & specialist equipment 1.22.0.Nuclear & reactor plant & equipment 1.22.1.Nuclear gas reactor & core 1.22.2.Nuclear fuel assembly 1.22.3.Nuclear gas baffle 1.22.4.Nuclear gas diagrid & support skirt 1.22.5.Nuclear shielding 1.22.6.Nuclear pressure vessel & liner 1.22.7.Nuclear gas circulators 1.22.8.Nuclear control rod & assembly 1.22.9.Nuclear reactor pumps 1.22.10.Nuclear fuel route equipment 1.22.11.Nuclear in-service inspection equipment 1.22.12.Nuclear island control & instrumentation systems & spares 1.22.13.Nuclear reactor protection systems & spares 1.22.14.Radioactive waste handling & reprocessing equipment 1.22.15.Nuclear primary circuit pipework, vales & penetrations 1.22.16.Nuclear sampling systems 1.22.17.Nuclear cooling water & heat removal systems 1.22.18.Nuclear containment & ventilation systems 1.22.19.Dosimetry equipment & control systems 1.22.20.Nuclear fire barrier & containment penetrations 1.22.21.Nuclear fuel storage racks & equipment 1.22.22.Nuclear robotics/remote operations equipment 1.22.23.Nuclear fuel 1.22.24.PWR pressure vessel & internals 1.22.25.PWR Pressuriser & pressure control systems 1.22.26.PWR steam generator plant 1.22.27.PWR chemical & volume control/reactor make-up systems 1.22.28.PWR emergency boration & charging systems 1.22.99.Other nuclear & reactor plant & equipment 1.23.0.Computer equipment & supplies 1.23.1.Computer hardware & accessories - workstations/servers 1.23.2.Computer hardware & accessories - portable 1.23.3.Computer hardware - mainframes 1.23.4.Computer peripherals 1.23.6.Software development tools 1.23.7.General business software (off-the-shelf) 1.23.8.Specialist business software (excl. software development - use 2.40.02)1.23.9.Technical software 1.23.10.Utility software 1.23.11.Computer consumables (excl. laser/inkjet paper - use 1.17.09) 1.23.12.

Page 297: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Computer systems 1.23.99.Other computer equipment & supplies 1.25.0.Water/waste water treatment plant & equipment 1.25.1.Digestors - sewage & sludge 1.25.2.Macerators 1.25.3.Odour control equipment 1.25.4.Dewatering equipment 1.25.5.Waste water scrapers 1.25.6.Screens & associated equipment 1.25.7.Disinfection equipment 1.25.8.Dosing plant 1.25.9.Sulphinators 1.25.10.Mixing units 1.25.11.Incineration equipment 1.25.12.Comminutor (pulverization) equipment 1.25.13.Detritor (grit removal) equipment 1.25.14.Classifier equipment 1.25.15.Aeration equipment 1.25.16.Surge suppression equipment 1.25.99.Other water treatment plant 1.28.0.Substation materials 1.28.1.Hybrid GIS 275kV (includes integrated control systems) 1.28.2.Hybrid GIS 145kV (includes integrated control systems) 1.28.3.Dynamic reactive compensation and voltage support 1.28.4.Comms multiplexers 1.28.5.PLC terminal equipment 1.28.6.Insulators - station post 1.28.99.Other substation materials 2.40.0.IT & telecommunication related services (excl. consultancy) 2.40.1.Hardware services 2.40.2.Software development services 2.40.3.Software support services 2.40.4.IT training 2.40.7.Recruitment services - IT 2.40.8.Telecommunication network services 2.40.10.Data collection & handling services (excl. meter reading - use 3.80.07)2.40.11.IT network services 2.40.12.Internet/intranet services 2.40.13.Telecommunication equipment & associated services 2.40.14.Call centre services 2.40.15.E-commerce services 2.40.16Escrow services 2.40.17.IT Disaster recovery services 2.40.98.Other computer services 2.40.99.Other telecommunication services (excl. line construction, maintenance &repair) 2.41.14.Personnel/human resources consultancy 2.41.27.Insurance consultancy 2.41.28.Corporate social responsibility consultancy 2.42.0.Financial & accountancy services (excl. consultancy) 2.42.1.

Page 298: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Banking services 2.42.2.Insurance services 2.42.3.Pension funding services 2.42.4.Financial leasing services 2.42.5.Cash collection services 2.42.7.Shareholder services 2.42.8.Financial audit services 2.42.9.Debt collection services 2.42.10.Claims management services 2.42.11.Licensing services 2.42.12.Recruitment services - finance 2.42.13.Auction services 2.42.14.Credit/procurement card services 2.42.16.Insurance brokerage 2.42.17.Customer acquisition services 2.42.99.Other financial & accountancy services 2.43.5.Vending machine services 2.45.0.Business & administrative services 2.45.1.Legal services 2.45.2.Photographic services 2.45.4.Public Relations services 2.45.5.Recruitment services (excl. it & finance - use 2.40.07 & 2.42.12) 2.45.9.Hygiene services 2.45.10.Conference/event management services (incl. entertainment) 2.45.11.Office & depot cleaning services 2.45.12.Window cleaning services 2.45.13.Laundry services 2.45.14.Market research services 2.45.15.Postal & mailing services (excl. courier services - use 3.74.05) 2.45.16.Real estate services 2.45.17.Furniture maintenance & repair services 2.45.18.Office equipment services 2.45.19.Facilities management (excl. IT - use 2.40.06) 2.45.20.Meteorological services 2.45.22.Technical/procedural writing services 2.45.23.Subscription services 2.45.25.Removal/relocation services (excl. storage services - use 3.74.07)2.45.26.Wayleave services 2.45.28.Graphic & media design services 2.45.29.Personnel/human resources services 2.45.30.Language translation services 2.45.31.Marketing & advertising services 2.45.32.Audit services (excl. financial - use 2.42.08) 2.45.33.Asset management/operation services 2.45.35.Plastic card fulfilment services 2.45.36.Training & education services - personnel related 2.45.47.Sales service 2.45.99.Other business & administrative services 3.74.3.Vehicle maintenance.II.4) Common procurement vocabulary (CPV)

Page 299: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

03000000, 15000000, 16000000, 18000000, 19000000, 22000000, 24000000,30000000, 31000000, 32000000, 33000000, 34000000, 35000000, 37000000,38000000, 39000000, 41000000, 42000000, 43000000, 44000000, 48000000,09000000, 14000000II.5) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesSection III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Qualification for the system:Conditions to be fulfilled by economic operators in view of theirqualification: Conditions to be fulfilled by economic operators in view oftheir qualification: the UVDB / verify will be the first stage ofqualification and will either be used as the basis for tender selection ormay be supplemented by additional qualification criteria established byNational Grid Plc in specific product or service areas.It should be noted that National Grid Plc reserves the right not to usethe.UVDB for certain contracts where it deems it necessary. Where suchcontracts are covered fully by the EU procurement legislation it willinstead publish a separate call for competition for that contract in theSupplement to the Official Journal of the European Union.National Grid Plc also reserves the right to use the UVDB / verify in thecompilation of tender lists for contracts not covered fully by the EUprocurement legislation.The UVDB system has led to savings to both economic operators (vendors)and purchasers and ensures that vendors benefit from a reduced workloadwhilst their applications are dealt with fairly and consistently bysubscribing utilities.The administrative costs are being met by the subscribing utilities andvendors. Vendors registering will therefore be required to make acontribution of 515 GBP for up to 7 product codes 640 GBP for 8 to 14product codes, 815 GBP for 15 to 21 product codes and 1015 GBP for 21 ormore product codes (plus VAT for UK applicants) annually towards thesecosts which is payable prior to dispatch of registration material.Suppliers or contractors who have already registered on the UVDB need notreapply, but may wish to ensure that they are entered under all relevantproduct or service categories. Where Verify is required they should ensurethat they have been audited to the appropriate Verify level as the contentand pricing structure depends on risk level. Verify category a 260 GBP,verify category B1 1145 GBP, verify category B2 1560 GBP and verifycategory C 1145 GBP. Please note that for factory audits under VerifyCategory D, the prices may vary so please contact Achilles for a quote.Means of access to the qualification system is on a permanent basis.Methods according to which each of those conditions will be verified:These will be described in the details of the scheme available from theUVDB team.Section V: ProcedureIV.1) Award criteriaIV.1.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications or in the invitation to tender or to negotiate

Page 300: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

IV.1.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction:IV.2) Administrative informationIV.2.1) File reference number attributed by the contracting entity:National Grid Plc-QSN-Supplies-May-2012IV.2.2) Duration of the qualification systemIndefinite durationIV.2.3) Information about renewalsRenewal of the qualification system: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: yesReference to project(s) and/or programme(s): Some contracts may befinanced by EU Funds.VI.3) Procedures for appealVI.3.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Subscriberssubject to the EU procurement legislation of England, Wales and NorthernIreland will, where appropriate, incorporate a minimum 10 calendar daystandstill period (or 15 days if non electronic or fax methods used) atthe point that information on the award of the contract is communicated totenderers. If an appeal regarding the award of a contract has not beensuccessfully resolved then the Public Contracts Regulations 2006 providefor aggrieved parties who have been harmed or are at risk of harm by abreach of the rules to take action in the High Court (England, Wales andNorthern Ireland).VI.4) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 301: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Warwick: construction work PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168961-2012 Part 1 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 1 - Public works contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 45000000 Construction work AGENCY: NATIONAL GRID PLC. COUNTRY: GB. LANGUAGE: EN

Part 1 of 2Qualification system – utilitiesDirective 2004/17/ECThis notice is a call for competition yesSection I: Contracting entityI.1) Name, addresses and contact point(s)National Grid Plc.National Grid House, Warwick Technology Park, Gallows HillCV34 6DA WarwickUNITED KINGDOMTelephone: +44 1235861118Internet address(es):General address of the contracting entity: http://www.achilles.comAddress of the buyer profile: http://www.nationalgrid.com/Electronic submission of tenders and requests to participate:http://www.nationalgrid.com/uk/About/suppliers/contact/I.2) Main activityProduction, transport and distribution of gas and heatElectricityExploration and extraction of gas and oilI.3) Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contractingentities: noSection II: Object of the qualification systemII.1) Title attributed to the contract by the contracting entity:UVDB (Utlities Vendor Database).II.2) Type of contractWorksII.3) Description of the works, services or goods to be procured throughthe qualification system:

Page 302: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

This notice is to indicate that National Grid Plc will use the UVDBsystem, which is managed by Achilles Information Limited, as a system forthe registration of suppliers, contractors and service providers (vendors)for the purposes of awarding contracts of any value that are fully coveredby the EU procurement legislation and may use it for other contracts. Thisnotice represents a call for competition under the relevant legislationfrom 27.9.2011 when selecting suppliers.To tender for contracts, for certain types of contract it considers torepresent a high risk to its operations, National Grid Plc will requiresuppliers to be on the UVDB and audited using the Achilles verify supplieraudit system. These types of contract are indicated below, identified byAchilles code numbers.Suppliers must ensure UVDB registration and completion of verify auditrequirements to be considered for selection for tender lists for thesetypes of contracts.This notice also includes Achilles code numbers for other contracts, whereNational Grid Plc considers the risk to its operations as lower. In orderto be considered for selection for medium risk tender lists for thesetypes of contracts only UVDB registration is required initially and inorder to be considered for selection for low risk tender lists for thesetypes of below threshold.Contracts, only TSMS registration is required. Low risk suppliers who wishto be considered for over threshold contracts will be required to registeron UVDB as well.High risk.1.1.27.Industrial consumables.1.2.0.Chemicals.1.2.1.Aluminium sulphate.1.2.2.Activated carbon.1.2.3.Calcium hydroxide.1.2.4.Chlorine.1.2.5.Ferric chloride.1.2.6.Ferric sulphate.1.2.7.Hydrogen peroxide.1.2.8.Phosphoric acid.1.2.9.Poly aluminium chloride.1.2.10.Potassium permanganate.1.2.12.Sodium chloride.

Page 303: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.2.13.Sodium hydroxide.1.2.14.Sodium hypochlorite.1.2.15.Sodium silicate.1.2.16.Sodium thiosulphate.1.2.17.Sulphuric acid.1.2.18.Polyelectrolytes.1.2.19.Trichloroethane.1.2.20.Distilled water.1.2.21.Laboratory chemicals.1.2.22.Reagents/buffer solutions.1.2.23.Hydrochloric acid.1.2.24.Ammonium sulphate.1.2.25.Sodium carbonate.1.2.27.Hydrazine hydrate.1.2.28.Sodium bicarbonate.1.2.29.Sodium bisulphite.1.2.30.Hexafluorosilicic acid.1.2.31.Ferrous sulphate.1.2.32.Ferrous chloride.1.2.33.Calcium nitrate.1.2.34.Calcium oxide.1.2.35.Molten sulphur.1.2.36.Odourant - mains gas.1.2.96.Other Sodium-based chemicals.1.2.97.Other calcium-based chemicals.1.2.98.

Page 304: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Other iron-based chemicals.1.2.99.Other chemicals.1.3.0.Clothing, footwear & personal protective equipment.1.3.1.Waterproof clothing.1.3.2.Protective clothing.1.3.3.Work wear/corporate clothing.1.3.5.Footwear (excl. protective - use 1.03.06).1.3.6.Personal protective equipment.1.3.99.Other clothing & footwear.1.4.0.Telecommunications equipment.1.4.1.Telecommunications equipment & accessories (excl. PABX - use 1.04.23).1.4.3.Voice processing & other speech related products.1.4.4.Telecommunication transmission equipment.1.4.5.Telemetry equipment.1.4.6.Scada & telecontrol equipment.1.4.7.Mobile radio equipment.1.4.8.Microwave (incl. UHF scanning).1.4.9.Antennae/aerial masts.1.4.21.ISDN equipment.1.4.22.C.L.A.S.S. equipment1.4.23.PABX equipment.1.4.24.Payphones & spares.1.4.25.Communication tower steel structures.1.4.26.Radio Clocks.1.4.27.Synchronising equipment (incl. interfacing equipment).1.4.28.Satellite communications equipment.

Page 305: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.4.29.Radar Equipment.1.4.99.Other telecommunications equipment.1.5.0.Cables & accessories.1.5.1.Underground mains & service cable - below 1kV.1.5.2.Underground mains cable - 1kV to 19kV.1.5.3.Underground mains cable - 20kV to 99kV.1.5.4.Underground mains cable - 100kV to 199 kV.1.5.5.Underground mains cable - 200kV & above.1.5.6.Underground cable joints, terminations & jointing materials - below 1kV.1.5.7.Underground cable joints, terminations & jointing materials - 1kV to 19kV.1.5.8.Underground cable joints, terminations & jointing materials - 20kV to99kV.1.5.9.Underground cable joints, terminations & jointing materials - 100kV to199kV.1.5.10.Underground cable joints, terminations & jointing materials - 200kV &above.1.5.11.General wiring cable.1.5.12.Telecommunications cable.1.5.13.Fibre optic cable.1.5.14.Fibre optic cable accessories.1.5.15.Cable accessories (excl. ducting - use 1.18.17).1.5.16.Control & instrumentation cable.1.5.17.Control & instrumentation cable accessories.1.5.18.Solder.1.5.19.Link boxes.1.5.20.Subsea cables.1.5.99.Other cables (excl. underground marker materials - use 1.01.18).

Page 306: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.6.0.Overhead line equipment & accessories.1.6.1.Covered overhead line conductor.1.6.2.Bare overhead line conductor.1.6.4.Conductor fittings.1.6.5.Helical fittings.1.6.6.Insulator fittings.1.6.7.Electrical insulators - porcelain.1.6.8.Electrical insulators - glass.1.6.9.Electrical insulators - polymeric.1.6.10.Overhead line towers.1.6.11.Overhead line accessories.1.6.12.Overhead line steelwork.1.6.13.Overhead line poles.1.6.14.Stranded wire products.1.6.99.Other overhead line equipment & accessories.1.7.0.Transformers, reactors & capacitors.1.7.2.Transformers - distribution ground mounted (2000kVA & below).1.7.3.Transformers - distribution pole mounted (315kVA & below).1.7.4.Transformers - generator.1.7.5.Transformer ancillary equipment.1.7.20.Transformers - current.1.7.21.Transformers - voltage.1.7.24.Substations - unit/composite.1.7.27.Transformers - primary (below 10MVA).1.7.28.Transformers - primary (10MVA to 100MVA).1.7.29.

Page 307: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Transformers - Grid (Above 100MVA).1.7.30.Tap Changing equipment.1.7.31.Transformer bushings.1.7.32.Quadrature boosters.1.7.33.Voltage regulators.1.7.34.Reactors.1.7.35.Capacitors.1.7.99.Other transformers.1.8.20.Electrical/electronic components.1.8.21.Control & instrumentation systems & spares (excl. nuclear - use 1.22.12).1.9.0.Electrical protection equipment.1.9.2.Cut outs.1.9.5.Relays.1.9.9.Fuses - below 1kV.1.9.10.Fuses - 1kV to 11kV.1.9.11.Fuses - above 11kV.1.9.12.Surge diverters/arrestors.1.9.13.Distribution fuse cabinets/pillars.1.9.14.Fault passage indicators.1.9.15.Uninterruptible power supply (UPS) systems.1.9.16.Lightning protection equipment.1.9.17.Control & protection cabinets/cabins for substations (38kV & above).1.9.99.Other electrical protection equipment.1.10.0.Energy, water, fuels, oils & greases.1.10.1.Electricity.1.10.2.Natural gas.

Page 308: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.10.10.Solid fuel.1.10.11.Petrol.1.10.14.Insulating oils.1.10.15.Lubricating oils.1.10.16.Paraffin.1.10.17.Heating oils.1.10.18.Fuel oil.1.10.19.Hydraulic fluids.1.10.23.Degreasants & solvents.1.10.24.Greases.1.10.25.Biodegradable oils.1.10.26.Fuel additives.1.10.27.Mains water (potable).1.10.28.Alternative/emergency water supplies.1.10.99.Other energy, oils & fuels.1.13.0.Mechanical machinery, equipment & spares.1.13.1.Bearings & transmission products.1.13.2.Mechanical seals & gaskets.1.13.3.Blowers, exhausters & fans.1.13.4.Conveyor systems incl. belts.1.13.5.Tanks & covers (excl. fuel - use 1.20.21).1.13.7.Filters (excl. car filters - use 1.20.15).1.13.16.Compressed air/gas systems (incl. fixed compressors & vessels).1.13.17.Fire fighting equipment.1.13.24.Oil & gas powered motors.1.13.35.

Page 309: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Centrifuges.1.13.36.Drive belts, chains & couplings.1.13.37.Cranes (Fixed Location).1.13.40.Rubber hoses & couplings.1.13.41.Lifting gear, winches & other lifting equipment.1.13.42.Overhead gantries & walkways.1.13.43.Gas & air treatment plant.1.13.44.Lubrication equipment.1.13.45.Skid units/pressure reduction modules.1.13.99.Other mechanical machinery, equipment & spares.1.16.3.Electricity meters - credit.1.16.13.Gas meters - credit.1.16.14.Gas meters - prepayment.1.18.0.Pipes & accessories.1.18.1.Pipes & fittings - fibre cement.1.18.2.Pipes & fittings - concrete.1.18.3.Pipes & fittings - ductile iron.1.18.4.Pipes & fittings - copper.1.18.5.Pipes & fittings - clay.1.18.6.Pipes & fittings - high density polyethylene (HDPE).1.18.7.Pipes & fittings - medium density polyethylene (MDPE).1.18.8.Pipes & fittings - MOPVC.1.18.9.Pipes & fittings - PVC.1.18.10.Pipes & fittings - steel.1.18.11.Pipe fittings - clamps & collars.1.18.12.Pipe fittings - couplings & flanged adapters.

Page 310: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.18.13.Pipe fittings - electrofusion fittings.1.18.14.Pipe fittings - gunmetal.1.18.15.Pipe fittings - plastic.1.18.16.Pipes & fittings - stainless steel.1.18.17.Ducting.1.18.18.Water flange joint sets.1.18.19.Pipe accessories, consumables & associated supplies.1.18.20.Surface boxes & chambers.1.18.25.Leak detection, control & repair equipment/materials.1.18.26.Pipes & fittings - GRP.1.18.27.Standpipes.1.18.99.Other pipes.1.19.0.Valves, actuators & spares.1.19.1.Valves - air.1.19.2.Valves - gate/sluice/knife.1.19.3.Valves - hydrants.1.19.4.Valves - non-return/reflux/check.1.19.5.Valves - penstock.1.19.7.Valves - needle/globe.1.19.8.Valves - flap.1.19.9.Valves - butterfly.1.19.10.Valves - ball.1.19.11.Valves - diaphragm.1.19.12.Valves - pressure control.1.19.15.Valves - solenoid.1.19.16.

Page 311: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Valves - safety.1.19.17.Actuators.1.19.18.Valves - float operated.1.19.19.Valves - plug.1.19.99.Other valves, actuators & spares.1.20.0.Transport & mobile plant.1.20.1.Passenger cars.1.20.2.Vans - car-derived.1.20.3.Commercial vehicles.1.20.6.Specialist vehicles, tankers, bodies & trailers.1.20.7.Tyres & tubes.1.20.8.Cable/pipe laying plant.1.20.9.Mobile plant (excl. mechanical handling plant - use 1.20.13).1.20.10.Trenchless equipment.1.20.11.Access platforms & equipment.1.20.12.Horticultural equipment.1.20.13.Cranes (mobile) & mechanical handling plant/equipment.1.20.14.Garage equipment.1.20.15.Vehicle/mobile plant parts & accessories.1.20.16.Boats & marine vessels.1.20.17.Bicycles & spares.1.20.18.Railway equipment.1.20.19.Passenger loading bridges.1.20.20.Baggage trolleys.1.20.21.Fuel delivery, storage and dispensing equipment.1.20.98.Other transport.

Page 312: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.20.99.Other mobile plant.1.23.5.Network Equipment & Accessories.1.24.0.Switchgear.1.24.1.Switchgear - indoor (below 1kV).1.24.2.Switchgear - indoor (1kV to 19kV).1.24.3.Switchgear - indoor (20kV to 99kV).1.24.4.Switchgear - indoor (100kV to 199kV).1.24.5.Switchgear - indoor (200kV & Above).1.24.6.Switchgear - outdoor (below 1kV).1.24.7.Switchgear - outdoor (1kV to 19kV).1.24.8.Switchgear - outdoor (20kV to 99kV).1.24.9.Switchgear - outdoor (100kV to 199kV).1.24.10.Switchgear - outdoor (200kV & Above).1.24.11.Switchgear - multi motor.1.24.12.Switchgear - power factor correction.1.24.13.Switchgear - variable speed/soft driven.1.24.14.Switchgear - direct current (DC).1.24.15.Switchgear parts & accessories.1.24.16.Circuit breakers.1.24.17.Disconnectors.1.24.99.Other switchgear.1.26.0.Industrial gases.1.26.1.Propane.1.26.2.Butane.1.26.3.Oxygen.1.26.4.

Page 313: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Nitrogen.1.26.5.Carbon dioxide.1.26.6.Sulphur dioxide.1.26.7.Sulphur hexafluoride.1.26.8.Argon free oxygen.1.26.9.Hydrogen.1.26.10.Methane.1.26.11.Acetylene.1.26.12.Helium.1.26.13.Laboratory gases.1.26.14.Medical gases.1.26.15.Argon.1.26.16.Argonshield.1.26.17.Oxygen free nitrogen.1.26.99.Other industrial gases.1.27.0.Gas transmission/distribution plant & equipment.1.27.1.Compressor station/Aero engines & spares.1.27.2.Compressor station plant & spares.1.27.3.Compressor station consumables.1.27.4.Compressor station fire & gas equipment.1.27.5.Compressor station safety & test equipment.1.27.6.Compressor station emission stacks.1.27.7.Gas holder antifreeze units.1.27.8.Odorisation equipment.1.27.9.Water bath heaters.1.27.10.Fogger/gas conditioning units.

Page 314: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.27.11.Integrated gas analytical systems.1.27.12.Gas storage plant & equipment.1.27.99.Other Gas Transmission/distribution plant & equipment.1.60.0.Airport equipment.1.60.1.Airport specific information systems.1.60.2.Flight Information Displays (FIDS) (screens with flight and gateinformation).1.60.3.Flight Management Systems (AODB) (to register passengers per airline andinvoice airlines).1.60.4.Baggage handling systems (insourced/outsourced).1.60.5.Passenger queue measurement systems.1.61.0.Airport handling equipment.1.61.1.Baggage transportation equipment.1.61.2.Baggage classification equipment.1.62.0.Air traffic management systems.1.62.1.Communication systems (VHF-YHF, Tetra Systems).1.62.2.Radars and surveillance systems.1.62.3.Air navigation systems: ILS (Instrumental Landing Systems), NDB, VOR.1.62.4.Meteorological equipment: IRVR transmission meters,AMOs/RAMOS/SAMOS/FAMOS.1.63.0.Airport firefighting equipment.1.63.1.Firefighting vehicles - airside.2.40.6.Facilities management services - IT.2.41.7.Health & safety consultancy.2.44.12.Waste management services (excl. radioactive - use 3.77.09).2.45.6.Security services.2.45.46.Rescue and emergency medical services.

Page 315: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2.45.48.CAP699 Competency management.2.46.0.Airport operations - technical services (airfield).2.46.1.Wildlife / bird management.2.46.2.Stand / coaching planning.2.46.3.Slots planning.2.46.4.Ice management / weather systems.2.46.5.Marshalling.2.46.6.Cargo systems management (processing/customs).2.46.7.Auditing.2.47.0.Airside handling.2.47.1.Handling aircraft - ramps.2.47.2.Handling passengers - PRM (people with reduced mobility).3.70.0.Building, civil engineering & associated services.3.70.1.Pumping station - clean water.3.70.2.Pumping station - waste water.3.70.3.Treatment works - waste water.3.70.4.Treatment works - clean water.3.70.5.Water tower.3.70.6.Reservoir/dam/weir/lock.3.70.7.Tunnelling & shafts (incl. penstocks).3.70.8.Gas storage leaching.3.70.11.Carpentry services.3.70.12.Plumbing services.3.70.13.Electrician services.3.70.14.Industrial painting & specialist coating services.3.70.16.

Page 316: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Grounds care maintenance.3.70.17.Fire protection & maintenance services (excl. substation - use 3.75.09).3.70.18.Demolition & clearance work.3.70.19.Lift/escalator services.3.70.20.Roofing services.3.70.21.Concrete services.3.70.22.Fencing services.3.70.23.Land reinstatement services.3.70.24.Landscaping services (incl. earthworks).3.70.25.Foundation services (incl. piling).3.70.26.Road construction & surfacing services.3.70.27.Rock anchor services.3.70.31.General building incl. offices.3.70.32.Security equipment installation & maintenance.3.70.33.Modular structures.3.70.34.Heating, ventilation & air conditioning services (excl. power station -use 3.73.22).3.70.35.Insulation services.3.70.36.Flood defence construction.3.70.37.Carpark construction.3.70.38.Airport construction.3.70.39.Pipeline construction.3.70.40.Harbour & marine engineering works.3.70.41.Land reclamation works & services.3.70.42.Railway construction.3.70.43.Gas transmission system plant construction.3.70.44.

Page 317: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Gas transmission system plant repairs & upgrades.3.70.45.Minor civil works.3.70.46.Bridge construction.3.70.47.Off-shore structures.3.70.48.Gas drying plant.3.70.49.Gas storage plant site services.3.70.50.Bridge maintenance.3.70.99.Other building, civil engineering & associated services.3.71.0.Underground cable services.3.71.16.Subsea cable services.3.71.17.Underground telecommunication cable laying (incl. excavation &reinstatement).3.71.18.Underground telecommunication cable maintenance & repair.3.71.19.Underground Cable Laying (incl. Excavation & Reinstatement) - below 1kV.3.71.20.Underground cable laying (incl. excavation & reinstatement) - 1kV to 19kV.3.71.21.Underground cable laying (incl. excavation & reinstatement) - 20kV to99kV.3.71.22.Underground cable laying (incl. excavation & reinstatement) - 100kV to199kV.3.71.23.Underground cable laying (incl. excavation & reinstatement) - 200kV &above.3.71.24.Underground cable jointing - below 1kV.3.71.25.Underground cable jointing - 1kV to 19kV.3.71.26.Underground cable jointing - 20kV to 99kV.3.71.27.Underground cable jointing - 100kV to 199kV.3.71.28.Underground Cable Jointing - 200kV & Above.3.71.29.Underground cable maintenance & repair - below 1kV.3.71.30.Underground cable maintenance & repair - 1kV to 19kV.

Page 318: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.71.31.Underground cable maintenance & repair - 20kV to 99kV.3.71.32.Underground cable maintenance & repair - 100kV to 199kV.3.71.33.Underground cable maintenance & repair - 200kV & above.3.71.34.Multi-utility cable & pipe laying (incl. excavation & reinstatement).3.71.35.Trenchless cable laying.3.71.36.Street lighting connection.3.71.99.Other underground cable services.3.72.0.Pipe services.3.72.1.Water service pipe laying (incl. excavation & reinstatement).3.72.2.Water mains pipe laying (incl. excavation & reinstatement).3.72.3.Sewer pipe laying (incl. excavation & reinstatement).3.72.4.Marine/river outfall.3.72.5.Water service pipe maintenance & repair.3.72.6.Water mains pipe maintenance & repair.3.72.7.Sewer pipe maintenance & repair.3.72.9.Pipe surveying services.3.72.10.Trenchless pipe laying (incl. pipe replacement).3.72.11.Borehole & well drilling.3.72.13.Pipework fabrication & installation.3.72.15.Transmission pipeline services.3.72.18.Heating pipe services.3.72.19.Flexible structures, waterproof lining services.3.72.20.Pipeline CCTV/inspection services.3.72.21.Pipe coating / lining services.3.72.22.Sewer jetting services.3.72.23.

Page 319: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Gas service pipe laying (incl. excavation & reinstatement).3.72.24.Gas mains pipe laying (incl. excavation & reinstatement).3.72.25.Gas service pipe maintenance & repair.3.72.26.Gas mains pipe maintenance & repair.3.72.27.Sub-sea pipe laying.3.72.97.Other gas pipe services.3.72.98.Other water pipe services.3.72.99.Other pipe services.3.73.0.Generation services.3.73.1.Boiler services.3.73.2.Engine services.3.73.3.Feed system services.3.73.4.Turbine services.3.73.5.Generator services.3.73.6.Fuel system services.3.73.10.Generation operation & maintenance services.3.73.11.Energy supply plant installation & operation services.3.73.12.Power station - combined heat & power gas turbine (CHP).3.73.13.Power station - combined cycle gas turbine (CCGT).3.73.14.Power station - reciprocating engine combined heat & power.3.73.15.Steam system services.3.73.16.Cooling water system services.3.73.17.Bulk storage services.3.73.19.Ash/residue disposal system services.3.73.20.Combustion air system services.3.73.21.Flue gas exhaust system services.

Page 320: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.73.22.Power station heating & ventilation services.3.73.23.Wind farm construction.3.73.24.Wind power plant services (excl. construction).3.73.25.Hydro-electric power plant construction.3.73.26.Hydro-electric power plant services (excl. construction).3.73.27.Power station - conventional thermal power plants.3.73.99.Other generation services.3.74.8.Mobile plant hire services.3.74.34.Haulage - low-loader (except haulage - general - see 3.74.6).3.75.0.Substation services.3.75.2.Substation building civil services.3.75.3.Protection & control system services.3.75.4.Telecontrol services.3.75.5.Switchgear services.3.75.6.Transformer services.3.75.7.Substation cabling services.3.75.8.Substation plant dismantling & removal.3.75.9.Substation fire protection services.3.75.10.Substation plant painting services.3.75.11.Substation design - transmission.3.75.12.Substation construction - transmission.3.75.13.Substation design & construction - transmission.3.75.14.Substation turnkey - transmission.3.75.15.Substation design - distribution.3.75.16.Substation construction - distribution.3.75.17.

Page 321: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Substation design & construction - distribution.3.75.18.Substation turnkey - distribution.3.75.19.Substation general maintenance.3.75.99.Other substation services.3.76.0.Engineering consultancy.3.76.1.Technical consultancy.3.76.2.Planning Cconsultancy.3.76.3.Electrical consultancy - 11kV & below.3.76.4.Electrical consultancy - 20kV to 99kV.3.76.5.Electrical consultancy - 100kV to 199kV.3.76.6.Electrical consultancy - 200kV & above.3.76.7.Mechanical consultancy.3.76.8.Structural consultancy.3.76.9.Cathodic protection consultancy.3.76.10.Hydrology & hydrogeology consultancy.3.76.11.Process consultancy.3.76.12.Tunnels consultancy.3.76.13.Dams consultancy.3.76.14.Quantity surveying.3.76.15.Topographical consultancy.3.76.17.Scientific consultancy.3.76.19.Archaeological consultancy & surveys.3.76.20.Control & instrumentation consultancy.3.76.21.Architectural services.3.76.22.Civil engineering consultancy.3.76.23.Environmental impact surveys.

Page 322: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.76.24.Hydraulic modelling consultancy.3.76.25.Pipeline consultancy.3.76.26.Project management consultancy.3.76.27.Geotechnical site investigation services.3.76.28.Cartography services (incl. Section 105).3.76.29.Airfield consultancy.3.76.30.Fire consultancy.3.76.31.Flood defence consultancy.3.76.32.Harbour & marine consultancy.3.76.33.Port planning services.3.76.34.Gas network consultancy & services.3.76.99.Other engineering consultancy.3.77.0.Nuclear & reactor services.3.77.1.Health physics services.3.77.2.Reactor physics services.3.77.3.Reactor core services.3.77.4.Gas circulator services.3.77.5.Control rod & assembly services.3.77.6.Fuel route services.3.77.7.Nuclear island control & instrumentation services.3.77.8.Nuclear decommissioning.3.77.9.Radioactive waste management services.3.77.10.Nuclear fuel services.3.77.11.Nuclear routine & outage plant maintenance.3.77.12.Nuclear power station outage management services.3.77.13.

Page 323: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Nuclear safety case preparation & support services.3.77.99.Other nuclear & reactor services.3.78.0.Mechanical, electrical, instrumentation, control & automation services.3.78.1.Control & instrumentation services.3.78.2.Electrical inspection/testing services.3.78.3.Mechanical inspection/testing services.3.78.4.Electrical installation services.3.78.5.Mechanical installation services.3.78.6.Pump services.3.78.7.Valve services.3.78.8.Compressed air/gas system services.3.78.9.Metal & steel fabrication services.3.78.10.Motor rewind services.3.78.11.Machining services.3.78.12.Deplanting/decommissioning services.3.78.13.Gas appliance services.3.78.14.Water treatment plant services.3.78.15.Gas network plant services.3.78.16.Lighting services.3.78.17.Gas storage plant services.3.78.18.Mechanical maintenance and repair services.3.78.19.Electrical maintenance and repair services.3.78.99.Other mechanical, electrical, instrumentation, control & automationservices.3.79.0.Overhead line services.3.79.1.Overhead line construction - wood pole (11kV & below).3.79.2.

Page 324: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Overhead line construction - wood pole (20kV to 99kV).3.79.3.Overhead line inspection, maintenance & repair - wood pole (11kV & below).3.79.4.Overhead line inspection, maintenance & repair - wood pole (20kV to 99kV).3.79.5.Overhead line design - tower (20kV to 99kV).3.79.6.Overhead line design - tower (100kV to 199kV).3.79.7.Overhead line design - tower (200kV & above).3.79.8.Overhead line construction - tower (20kV to 99kV).3.79.9.Overhead line construction - tower (100kV to 199kV).3.79.10.Overhead line construction - tower (200kV & above).3.79.11.Overhead line design & construction - tower (20kV to 99kV).3.79.12.Overhead line design & construction - tower (100kV to 199kV).3.79.13.Overhead line design & construction - tower (200kV & above).3.79.14.Overhead line inspection, maintenance & repair - tower (20kV to 99kV).3.79.15.Overhead line inspection, maintenance & repair - tower (100kV to 199kV).3.79.16.Overhead line inspection, maintenance & repair - tower (200kV & above).3.79.17.Overhead line services - surveying.3.79.18.Overhead line services - tree cutting.3.79.19.Overhead line services - tower painting.3.79.20.Overhead line services - scaffolding (system use).3.79.21.Overhead line services - wood pole installation.3.79.22.Telecommunication overhead line construction.3.79.23.Telecommunication overhead line maintenance & repair.3.79.24.Overhead line construction - wood pole (100kV to 199kV).3.79.25.Overhead line inspection, maintenance & repair - wood Pole (100kV to199kV).3.79.99.Other overhead line services.3.80.0.

Page 325: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Meter & associated services.3.80.1.Water meter maintenance & repair services.3.80.2.Electricity meter maintenance & repair services.3.80.3.Gas meter maintenance & repair services.3.80.4.Meter installation & removal services.3.80.5.Meter operator services.3.80.6.Meter calibration services.3.80.99.Other meter & associated services.3.99.0.Other engineering services.3.99.1.Thermal hydrolysis.3.99.3.Calibration services (excl. meter - use 3.80.06).3.99.4.Research & development.3.99.5.Testing & analysis services.3.99.11.Diving services.3.99.12.Agricultural & land drainage services.3.99.13.Anti corrosion & cathodic protection services.3.99.14.Heat treatment/hardening services.3.99.19.Joint sealing services.3.99.23.Dredging services.3.99.24.Flood defence services.3.99.25.Statutory inspection services/safety assessments.3.99.27.Non-destructive testing services.3.99.28.Scaffolding services (non-system use).3.99.29.Industrial cleaning services.3.99.31.Welding services.3.99.32.Monitoring services.

Page 326: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.99.33.Laboratory services.3.99.34.Canal & river services (excl. river defence - use 3.99.24).3.99.35.Fisheries services.3.99.36.Salvaging services.3.99.37.Hydrographic services.3.99.42.Compliance and assessing services.3.99.43.Ecology and biodiversity.3.99.99.Other engineering services.Medium risk.1.1.0.Building/civil products.1.1.1.Sand.1.1.2.Gravel.1.1.3.Aggregate & stone.1.1.4.Reinstatement products.1.1.5.Concrete ready mixed.1.1.6.Pre-cast building products.1.1.7.Paints & varnishes.1.1.8.Insulation equipment & materials.1.1.9.Mobile accommodation units (excl. hire - use 3.74.29).1.1.10.Security equipment.1.1.11.Enclosures & kiosks (excl. meter housings - use 1.16.19).1.1.12.Signs (excl. road signs - use 1.01.13).1.1.13.Road furniture.1.1.14.Fencing.1.1.15.Steel/metal materials (excl. cables & pipes).1.1.16.Timber materials (excl. wood poles - use 1.06.13).

Page 327: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.1.17.Horticultural products.1.1.18.Underground marker materials.1.1.19.Insulation/plastic tape.1.1.20.Fasteners & fixings.1.1.21.Flood defence/landscaping building products.1.1.22.Domestic appliances.1.1.23.Adhesives & sealants - general.1.1.24.Airport/port security equipment.1.1.25.Environmental/reclaimed building products.1.1.26.Prefabricated buildings.1.1.28.Off-shore structure equipment.1.1.30.Plumbing equipment & sundries.1.1.98.Other quarry products.1.1.99.Other building/civil products.1.8.0.Electrical, control & instrumentation equipment.1.8.5.Distribution boards (1kV & below).1.8.6.Earthing equipment.1.8.7.Electrical motors.1.8.10.Primary cells, batteries & chargers.1.8.11.Portable power supplies/mobile generators (excl. fixed generators - use1.11.06).1.8.13.Heating, ventilation & air conditioning equipment (excl. power station -use 1.11.18).1.8.14.Trace Heating Equipment.1.8.15.Busbars & support structures.1.8.16.Motor control centres & spares.1.8.17.

Page 328: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Electronic cards & systems.1.8.18.Programmable logic controllers (PLC's).1.8.19.Lighting & accessories (excl street lighting).1.8.22.Control & instrumentation automation hardware.1.8.23.Optical instruments.1.8.24.Instrumentation & associated equipment (excl. optical).1.8.25.Photographic equipment.1.8.26.Detection/monitoring equipment (excl. leak detection - use 1.18.25).1.8.27.Evaporators, refrigerators & cryogenerators (excl. air conditioning - use1.08.13).1.8.28.Docking guidance systems.1.8.29.Car park equipment & systems.1.8.30.Airfield lighting.1.8.31.Ticket vending machines.1.8.99.Other electrical, control & instrumentation equipment.1.11.0.Generation plant & equipment.1.11.1.Industrial hot water boilers (excl. domestic boilers - use 1.01.22).1.11.2.Steam boilers.1.11.3.Boiler ancillary equipment.1.11.4.Generators - power station.1.11.6.Engines & engine spares (excl. mobile generators - use 1.08.11).1.11.7.Cooling systems & spares.1.11.8.Fuel & oil systems & spares.1.11.9.Feed water systems & spares.1.11.10.Turbines & spares - steam.1.11.11.Solid fuel supply systems & spares.1.11.12.

Page 329: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Liquid fuel supply systems & spares.1.11.13.Gas fuel supply systems & spares.1.11.14.Ash/residue disposal systems & spares.1.11.15.Combustion air systems & spares.1.11.16.Flue gas exhaust systems & spares.1.11.17.Turbines & spares - gas.1.11.18.Power station heating & ventilation equipment.1.11.19.Wind power production equipment.1.11.20.Hydro-electric power production plant.1.11.21.Bio energy production equipment.1.11.22.Wave motion power production equipment.1.11.23.Combined heat & power (CHP) plant.1.11.24.Solar power production equipment.1.11.98.Other boilers & boiler spares.1.11.99.[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 330: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Warwick: construction work PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168961-2012 Part 2 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 1 - Public works contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 45000000 Construction work AGENCY: NATIONAL GRID PLC. COUNTRY: GB. LANGUAGE: EN

Part 2 of 2Other generation plant & equipment.1.16.0.Meters & associated equipment.1.16.1.Water meters (encoded).1.16.2.Water meters (non-encoded).1.16.4.Electricity meters - prepayment.1.16.5.Electricity meters - programmable.1.16.6.Electrical metering control devices.1.16.7.Meter accessories & spares.1.16.8.Meter tokens & cards.1.16.12.Electrical meters - power station/grid.1.16.15.Gas meters - electronic.1.16.16.Governors, regulators & associated equipment.1.16.18.Prewired meter cabinets.1.16.99.Other meters & associated equipment.2.41.0.Consultancy (excl. engineering consultancy).

Page 331: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2.41.2.Financial consultancy.2.41.3.IT consultancy (excl. e-commerce - use 2.41.17).2.41.4.Change management consultancy.2.41.5.Energy management consultancy.2.41.6.Estates & property consultancy.2.41.8.Procurement & materials management consultancy.2.41.9.Public relations consultancy.2.41.10.Security consultancy.2.41.11.Telecommunications/telemetry consultancy.2.41.12.Environmental consultancy.2.41.13.Quality assurance consultancy.2.41.15.Community relations consultancy.2.41.16.Retail consultancy.2.41.17.E-commerce consultancy2.41.18.Corporate planning & strategy consulting.2.41.19.Facilities management consultancy.2.41.20.Marketing & advertising consultancy.2.41.21.Fisheries consultancy.2.41.22.Risk management consultancy.2.41.23.Value management consultancy.2.41.29.Public consultation consultancy.2.41.99.Other consultancy.2.42.6.Accountancy services.2.43.0.Hotel, travel & catering services (excl. consultancy).2.43.1.Travel agency services.2.43.2.

Page 332: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Hotel/accommodation services.2.43.3.Catering services (offsite).2.43.4.Catering services (onsite).2.43.99.Other hotel, travel & catering services.2.44.0.Sewage, scrap & refuse disposal services.2.44.1.Sewage/sludge disposal services.2.44.2.Scrap disposal services.2.44.3.Refuse/general waste disposal services.2.44.4.Sanitation services.2.44.5.Vermin control services.2.44.6.Hazardous material handling/treatment/disposal services (incl. asbestos).2.44.7.Non-hazardous disposal services.2.44.8.Decontamination/pollution control services.2.44.10.Recycling services.2.44.11.Waste skip hire.2.44.99.Other disposal services.2.45.3.Printing & publication services (excl. pre-printed stationery - use1.17.13).2.45.7.Training & education services - functional.2.45.8.Occupational health services.2.45.27.Promotional/corporate goods.3.70.15.Building/office maintenance & refurbishment services.3.70.61.Rope access and abseiling services.3.73.28.Microgeneration services.3.74.0.Transport, storage & hire services.3.74.1.Vehicle accident & repair services.3.74.2.

Page 333: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Vehicle bodybuilding.3.74.4.Vehicle recovery services.3.74.5.Courier services.3.74.6.Transportation services.3.74.7.Storage & warehousing services.3.74.9.Mechanical handling equipment maintenance (excl. fixed cranes - use3.74.26).3.74.10.Mobile plant maintenance.3.74.11.Windscreen replacement.3.74.12.Vehicle washing services.3.74.13.Vehicle disposal services.3.74.14.Vehicle leasing & hire services.3.74.15.Helicopter/air transport services (excl. overhead line surveys - use3.79.17).3.74.16.Generator hire (non-system use).3.74.17.Traffic lights hire.3.74.19.Fleet management services.3.74.20.Railway track maintenance.3.74.21.Weighbridge services.3.74.22.Signing, guarding & lighting services (NRSWA).3.74.23.Generator hire (system use).3.74.24.Tool hire.3.74.25.Boats/marine vessel maintenance.3.74.26.Fixed crane services.3.74.27.Traffic management services.3.74.28.Garage/workshop equipment maintenance.3.74.29.Mobile accomodation unit hire.

Page 334: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

3.74.30.Fuel card services.3.74.31.Marine equipment maintenance & repair services (excl. boats - use3.74.25).3.74.98.Other hire services.3.74.99.Other transport & storage services.3.76.18.Surveying services (excl. overhead line & pipeline surveying).3.80.7.Meter reading services.3.99.9.Tool, instrument & specialist equipment services.3.99.40.Product testing.3.99.41.Machinery testing.Low risk.1.1.35.Fixtures & fittings.1.2.37.Ferric nitrate.1.2.38.Aluminium chloride.1.3.8.First aid kits & supplies.1.14.0.Pumps, accessories & spares.1.14.1.Pumps - centrifugal.1.14.2.Pumps - submersible.1.14.3.Pumps - positive displacement.1.14.5.Pumps - split case.1.14.6.Pumps - double disk.1.14.9.Pumps - washwater pump sets.1.14.10.Pumps - metering & dosing.1.14.11.Pumps - borehole.1.14.12.Pumps - macerator.1.14.13.Pumps - peristaltic.1.14.14.

Page 335: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Pumps - portable.1.14.15.Pumps - hydraulic.1.14.16.Pumps - screw.1.14.17.Pumps - axial.1.14.18.Pumps - vacuum.1.14.19.Pumps - progressing cavity.1.14.99.Other pumps, accessories & spares.1.16.19.Meter cabinets & housings.1.17.0.Office/depot materials & equipment.1.17.1.Office equipment (excl. printers - use 1.23.04).1.17.2.Office furniture.1.17.3.Office stationery.1.17.4.Office furnishings & fittings (excl. furniture - use 1.17.02).1.17.5.Audio & visual equipment & accessories.1.17.7.Drawing office equipment & supplies.1.17.9.Paper & card.1.17.13.Pre-printed stationery/supplies.1.17.16.Publications (off-the-shelf).1.17.17.Paper maps.1.17.18.Janitorial equipment & supplies.1.17.21.Printing & photographic chemicals & materials.1.17.22.Catering equipment.1.17.23.Catering supplies.1.17.24.Storage/warehouse equipment & supplies.1.17.25.Packaging equipment & supplies.1.17.26.Security printing.

Page 336: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.17.27.Pre-printed plastic cards.1.17.80.Recycling supplies.1.17.81.Recycling equipment.1.17.99.Other office materials & supplies.1.21.0.Tools & specialist equipment.1.21.1.Tools & equipment - cable joiners.1.21.2.Tools & equipment - overhead line.1.21.3.Insulated tools.1.21.4.Hand tools (non-powered).1.21.5.Tools & equipment - drilling.1.21.6.Power tools (incl. pneumatic/hydraulic).1.21.8.Test & inspection equipment.1.21.9.Workshop machinery & equipment.1.21.10.Industrial cleaning equipment.1.21.11.Workshop cleaning consumables.1.21.13.Abrasive products.1.21.14.Welding & cutting equipment (incl. consumables).1.21.15.Tools & equipment - pipeline.1.21.16.Weighing equipment.1.21.17.Laboratory equipment.1.21.18.Pollution control equipment.1.21.19.Ladders.1.21.20.Port/marine tools & equipment.1.21.99.Other tools & specialist equipment.1.22.0.Nuclear & reactor plant & equipment.1.22.1.

Page 337: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Nuclear gas reactor & core.1.22.2.Nuclear fuel assembly.1.22.3.Nuclear gas baffle.1.22.4.Nuclear gas diagrid & support skirt.1.22.5.Nuclear shielding.1.22.6.Nuclear pressure vessel & liner.1.22.7.Nuclear gas circulators.1.22.8.Nuclear control rod & assembly.1.22.9.Nuclear reactor pumps.1.22.10.Nuclear fuel route equipment.1.22.11.Nuclear in-service inspection equipment.1.22.12.Nuclear island control & instrumentation systems & spares.1.22.13.Nuclear reactor protection systems & spares.1.22.14.Radioactive waste handling & reprocessing equipment.1.22.15.Nuclear primary circuit pipework, vales & penetrations.1.22.16.Nuclear sampling systems.1.22.17.Nuclear cooling water & heat removal systems.1.22.18.Nuclear containment & ventilation systems.1.22.19.Dosimetry equipment & control systems.1.22.20.Nuclear fire barrier & containment penetrations.1.22.21.Nuclear fuel storage racks & equipment.1.22.22.Nuclear robotics/remote operations equipment.1.22.23.Nuclear fuel.1.22.24.PWR pressure vessel & internals.1.22.25.PWR pressuriser & pressure control systems.1.22.26.PWR steam generator plant.

Page 338: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.22.27.PWR chemical & volume control/reactor make-up systems.1.22.28.PWR emergency boration & charging systems.1.22.99.Other nuclear & reactor plant & equipment.1.23.0.Computer equipment & supplies.1.23.1.Computer hardware & accessories - workstations/servers.1.23.2.Computer hardware & accessories - portable.1.23.3.Computer hardware - mainframes.1.23.4.Computer peripherals.1.23.6.Software development tools.1.23.7.General business software (off-the-shelf).1.23.8.Specialist business software (excl. software development - use 2.40.02).1.23.9.Technical software.1.23.10.Utility software.1.23.11.Computer consumables (excl. laser/inkjet paper - use 1.17.09).1.23.12.Computer systems.1.23.99.Other computer equipment & supplies.1.25.0.Water/waste water treatment plant & equipment.1.25.1.Digestors - sewage & sludge.1.25.2.Macerators.1.25.3.Odour control equipment.1.25.4.Dewatering equipment.1.25.5.Waste water scrapers.1.25.6.Screens & associated equipment.1.25.7.Disinfection equipment.1.25.8.Dosing plant.1.25.9.

Page 339: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Sulphinators.1.25.10.Mixing units.1.25.11.Incineration equipment.1.25.12.Comminutor (pulverization) equipment.1.25.13.Detritor (grit removal) equipment.1.25.14.Classifier equipment.1.25.15.Aeration equipment.1.25.16.Surge suppression equipment.1.25.99.Other water treatment plant.1.28.0.Substation materials.1.28.1.Hybrid GIS 275kV (includes integrated control systems).1.28.2.Hybrid GIS 145kV (includes integrated control systems).1.28.3.Dynamic reactive compensation and voltage support.1.28.4.Comms multiplexers.1.28.5.PLC terminal equipment.1.28.6.Insulators - station post.1.28.99.Other substation materials.2.40.0.IT & telecommunication related services (excl. consultancy).2.40.1.Hardware services.2.40.2.Software development services.2.40.3.Software support services.2.40.4.IT training.2.40.7.Recruitment services - IT.2.40.8.Telecommunication network services.2.40.10.Data collection & handling services (excl. meter reading - use 3.80.07).2.40.11.IT network services.

Page 340: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2.40.12.Internet/Intranet services.2.40.13.Telecommunication equipment & associated services.2.40.14.Call centre services.2.40.15.E-commerce services2.40.16.Escrow services.2.40.17.IT disaster recovery services.2.40.98.Other computer services.2.40.99.Other telecommunication services (excl. line construction, maintenance &repair).2.41.14.Personnel/human resources consultancy.2.41.27.Insurance consultancy.2.41.28.Corporate social responsibility consultancy.2.42.0.Financial & accountancy services (excl. consultancy).2.42.1.Banking services.2.42.2.Insurance services.2.42.3.Pension funding services.2.42.4.Financial leasing services.2.42.5.Cash collection services.2.42.7.Shareholder services.2.42.8.Financial audit services.2.42.9.Debt collection services.2.42.10.Claims management services.2.42.11.Licensing services.2.42.12.Recruitment services - finance.2.42.13.Auction services.2.42.14.Credit/procurement card services.

Page 341: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

2.42.16.Insurance brokerage.2.42.17.Customer acquisition services.2.42.99.Other financial & accountancy services.2.43.5.Vending machine services.2.45.0.Business & administrative services.2.45.1.Legal services.2.45.2.Photographic services.2.45.4.Public relations services.2.45.5.Recruitment services (excl. IT & finance - use 2.40.07 & 2.42.12).2.45.9.Hygiene services.2.45.10.Conference/event management services (incl. entertainment).2.45.11.Office & depot cleaning services.2.45.12.Window cleaning services.2.45.13.Laundry services.2.45.14.Market research services.2.45.15.Postal & mailing services (excl. courier services - use 3.74.05).2.45.16.Real estate services.2.45.17.Furniture maintenance & repair services.2.45.18.Office equipment services.2.45.19.Facilities management (excl. IT - use 2.40.06).2.45.20.Meteorological services.2.45.22.Technical/procedural writing services.2.45.23.Subscription services.2.45.25.Removal/relocation services (excl. storage services - use 3.74.07).2.45.26.Wayleave services.2.45.28.

Page 342: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Graphic & media design services.2.45.29.Personnel/human resources services.2.45.30.Language translation services.2.45.31.Marketing & advertising services.2.45.32.Audit services (excl. financial - use 2.42.08).2.45.33.Asset management/operation services.2.45.35.Plastic card fulfilment services.2.45.36.Training & education services - personnel related.2.45.47.Sales service.2.45.99.Other business & administrative services.3.74.3.Vehicle maintenance.II.4) Common procurement vocabulary (CPV)45000000II.5) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesSection III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Qualification for the system:Conditions to be fulfilled by economic operators in view of theirqualification: Conditions to be fulfilled by economic operators in view oftheir qualification:The UVDB / verify will be the first stage of qualification and will eitherbe used as the basis for tender selection or may be supplemented byadditional qualification criteria established by National Grid Plc inspecific product or service areas.It should be noted that National Grid Plc reserves the right not to usethe UVDB for certain contracts where it deems it necessary. Where suchcontracts are covered fully by the EU procurement legislation will insteadpublish a separate call for competition for that contract in thesupplement to the Official Journal of the European Union.National Grid Plc also reserves the right to use the UVDB / verify in thecompilation of tender lists for contracts not covered fully by the EUprocurement legislation.The UVDB system has led to savings to both economic operators (vendors)and purchasers and ensures that vendors benefit from a reduced workloadwhilst their applications are dealt with fairly and consistently bysubscribing utilities.The administrative costs are being met by the subscribing utilities andvendors. Vendors registering will therefore be required to make acontribution of 515 GBP for up to 7 product codes, 640 GBP for 8 to 14product codes, 815 GBP for 15 to 21 product codes and 1 015 GBP for 21 or

Page 343: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

more product codes (plus VAT for UK applicants) annually towards thesecosts which is payable prior to dispatch of registration material.Suppliers or contractors who have already registered on the UVDB need notreapply, but may wish to ensure that they are entered under all relevantproduct or service categories. Where verify is required they should ensurethat they have been audited to the appropriate verify level as the contentand pricing structure depends on.Risk level. verify category A 260 GBP, verify category, B1 1145 GBP,verify category B2 1560 GBP and verify category C 1145 GBP. Please notethat for factory audits under verify category D, the prices may vary soplease contact Achilles for a quote.Means of access to the qualification system is on a permanent basis.Methods according to which each of those conditions will be verified:These will be described in the details of the scheme, available from theUVDB team.Section V: ProcedureIV.1) Award criteriaIV.1.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications or in the invitation to tender or to negotiateIV.1.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction:IV.2) Administrative informationIV.2.1) File reference number attributed by the contracting entity:National Grid Plc-QSN-Works-May-2012.IV.2.2) Duration of the qualification systemIndefinite durationIV.2.3) Information about renewalsRenewal of the qualification system: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: yesReference to project(s) and/or programme(s): Some contracts may befinanced by EU Funds.VI.3) Procedures for appealVI.3.2) Lodging of appealsPrecise information on deadline(s) for lodging appeals: Subscriberssubject to the EU procurement legislation of England, Wales and NorthernIreland will, where appropriate, incorporate a minimum 10 calendar daystandstill period (or 15 days if non electronic or fax methods used) atthe point that information on the award of the contract is communicated totenderers. If an appeal regarding the award of a contract has not beensuccessfully resolved then the Public Contracts Regulations 2006 providefor aggrieved parties who have been harmed or are at risk of harm by abreach of the rules to take action in the High Court (England, Wales andNorthern Ireland).VI.4) Date of dispatch of this notice:25.5.2012

Page 344: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 345: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Warwick: repair and maintenance services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168960-2012 Part 1 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000, 66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000, 79000000, 80000000, 85000000, 90000000, 92000000, 98000000 Repair and maintenance services, Installation services (except software), Hotel, restaurant and retail trade services, Transport services (excl. Waste transport), Supporting and auxiliary transport services travel agencies services, Postal and telecommunications services, Public utilities, Financial and insurance services, Real estate services, Architectural, construction, engineering and inspection services, IT services: consulting, software development, Internet and support, Research and development services and related consultancy services, Services related to the oil and gas industry, Agricultural, forestry, horticultural, aquacultural and apicultural, services, Business services: law, marketing, consulting, recruitment, printing and, security, Education and training services, Health and social work services, Sewage, refuse, cleaning and environmental services, Recreational, cultural and sporting services, Other community, social and personal services AGENCY: NATIONAL GRID PLC COUNTRY: GB. LANGUAGE: EN

Part 1 of 2Qualification system – utilitiesDirective 2004/17/ECThis notice is a call for competition yesSection I: Contracting entityI.1) Name, addresses and contact point(s)National Grid PlcNational Grid House, Warwick Technology Park, Gallows HillCV34 6DA WarwickUNITED KINGDOMTelephone: +44 1235861118Internet address(es):General address of the contracting entity: http://www.achilles.comAddress of the buyer profile: http://www.nationalgrid.comElectronic submission of tenders and requests to participate:http://www.nationalgrid.com/uk/About/suppliers/contact/I.2) Main activityProduction, transport and distribution of gas and heat

Page 346: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

ElectricityExploration and extraction of gas and oilI.3) Contract award on behalf of other contracting entitiesThe contracting entity is purchasing on behalf of other contractingentities: noSection II: Object of the qualification systemII.1) Title attributed to the contract by the contracting entity:UVDB (Utlities Vendor Database).II.2) Type of contractServicesService category No 1: Maintenance and repair servicesII.3) Description of the works, services or goods to be procured throughthe qualification system:This QSN includes all service categories 1 - 27.This notice is to indicate that National Grid Plc will use the UVDBsystem, which is managed by Achilles Information Limited, as a system forthe registration of suppliers, contractors and service providers (vendors)for the purposes of awarding contracts of any value that are fully coveredby the EU procurement legislation and may use it for other contracts. Thisnotice represents a call for competition under the relevant legislation.From 27.9.2011 When selecting suppliers to tender for contracts, forcertain types of contract it considers to represent a high risk to itsoperations, National Grid Plc will require suppliers to be on the UVDB andaudited using the Achilles Verify supplier audit system. These types ofcontract are indicated below, identified by Achilles code numbers.Suppliers must ensure UVDB registration and completion of Verify auditrequirements to be considered for selection for tender lists for thesetypes of contracts.This notice also includes Achilles code numbers for other contracts, whereNational Grid Plc considers the risk to its operations as lower. In orderto be considered for selection for Medium Risk tender lists for thesetypes of contracts only UVDB registration is required initially and inorder to be considered for selection for Low.Risk tender lists for these types of below threshold contracts, only TSMSregistration is required. Low risk suppliers who wish to be considered forover threshold contracts will be required to register on.UVDB as well.High Risk 1.1.27.Industrial Consumables 1.2.0.Chemicals 1.2.1.Aluminium Sulphate 1.2.2.Activated Carbon 1.2.3.Calcium Hydroxide 1.2.4.Chlorine 1.2.5.Ferric Chloride 1.2.6.Ferric Sulphate 1.2.7.Hydrogen Peroxide 1.2.8.Phosphoric Acid 1.2.9.Poly Aluminium Chloride 1.2.10.Potassium Permanganate 1.2.12.Sodium Chloride 1.2.13.

Page 347: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Sodium Hydroxide 1.2.14.Sodium Hypochlorite 1.2.15.Sodium Silicate 1.2.16.Sodium Thiosulphate 1.2.17.Sulphuric Acid 1.2.18.Polyelectrolytes 1.2.19.Trichloroethane 1.2.20.Distilled Water 1.2.21.Laboratory Chemicals 1.2.22.Reagents/Buffer Solutions 1.2.23.Hydrochloric Acid 1.2.24.Ammonium Sulphate 1.2.25.Sodium Carbonate 1.2.27.Hydrazine Hydrate 1.2.28.Sodium Bicarbonate 1.2.29.Sodium Bisulphite 1.2.30.Hexafluorosilicic Acid 1.2.31.Ferrous Sulphate 1.2.32.Ferrous Chloride 1.2.33.Calcium Nitrate 1.2.34.Calcium Oxide 1.2.35.Molten Sulphur 1.2.36.Odourant - Mains Gas 1.2.96.Other Sodium-based Chemicals 1.2.97.Other Calcium-based Chemicals 1.2.98.Other Iron-based Chemicals 1.2.99.Other Chemicals 1.3.0.Clothing, Footwear & Personal Protective Equipment 1.3.1.Waterproof Clothing 1.3.2.Protective Clothing 1.3.3.Work Wear/Corporate Clothing 1.3.5.Footwear (excl. Protective - use 1.03.06) 1.3.6Personal Protective Equipment 1.3.99.Other Clothing & Footwear 1.4.0.Telecommunications Equipment 1.4.1.Telecommunications Equipment & Accessories (excl. PABX - use 1.04.23)1.4.3Voice Processing & Other Speech Related Products 1.4.4.Telecommunication Transmission Equipment 1.4.5.Telemetry Equipment 1.4.6.Scada & Telecontrol Equipment 1.4.7.Mobile Radio Equipment 1.4.8.Microwave (incl. UHF Scanning) 1.4.9Antennae/Aerial Masts 1.4.21.ISDN Equipment 1.4.22.C.L.A.S.S. Equipment 1.4.23PABX Equipment 1.4.24.Payphones & Spares 1.4.25.Communication Tower Steel Structures 1.4.26.Radio Clocks 1.4.27.Synchronising Equipment (incl. Interfacing Equipment) 1.4.28

Page 348: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Satellite Communications Equipment 1.4.29.Radar Equipment 1.4.99.Other Telecommunications Equipment 1.5.0.Cables & Accessories 1.5.1.Underground Mains & Service Cable - Below 1kV 1.5.2.Underground Mains Cable - 1kV to 19kV 1.5.3.Underground Mains Cable - 20kV to 99kV 1.5.4.Underground Mains Cable - 100kV to 199 kV 1.5.5.Underground Mains Cable - 200kV & Above 1.5.6.Underground Cable Joints, Terminations & Jointing Materials - Below 1kV1.5.7.Underground Cable Joints, Terminations & Jointing Materials - 1kV to 19kV1.5.8.Underground Cable Joints, Terminations & Jointing Materials - 20kV to 99kV1.5.9.Underground Cable Joints, Terminations & Jointing Materials - 100kV to199kV 1.5.10.Underground Cable Joints, Terminations & Jointing Materials - 200kV &Above 1.5.11.General Wiring Cable 1.5.12.Telecommunications Cable 1.5.13.Fibre Optic Cable 1.5.14.Fibre Optic Cable Accessories 1.5.15.Cable Accessories (excl. Ducting - use 1.18.17) 1.5.16Control & Instrumentation Cable 1.5.17.Control & Instrumentation Cable Accessories 1.5.18.Solder 1.5.19.Link Boxes 1.5.20.Subsea cables 1.5.99.Other Cables (excl. Underground Marker Materials - use 1.01.18) 1.6.0Overhead Line Equipment & Accessories 1.6.1.Covered Overhead Line Conductor 1.6.2.Bare Overhead Line Conductor 1.6.4.Conductor Fittings 1.6.5.Helical Fittings 1.6.6.Insulator Fittings 1.6.7.Electrical Insulators - Porcelain 1.6.8.Electrical Insulators - Glass 1.6.9.Electrical Insulators - Polymeric 1.6.10.Overhead Line Towers 1.6.11.Overhead Line Accessories 1.6.12.Overhead Line Steelwork 1.6.13.Overhead Line Poles 1.6.14.Stranded Wire Products 1.6.99.Other Overhead Line Equipment & Accessories 1.7.0.Transformers, Reactors & Capacitors 1.7.2.Transformers - Distribution Ground Mounted (2000kVA & Below) 1.7.3Transformers - Distribution Pole Mounted (315kVA & Below) 1.7.4Transformers - Generator 1.7.5.Transformer Ancillary Equipment 1.7.20.Transformers - Current 1.7.21.

Page 349: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Transformers - Voltage 1.7.24.Substations - Unit/Composite 1.7.27.Transformers - Primary (Below 10MVA) 1.7.28Transformers - Primary (10MVA to 100MVA) 1.7.29Transformers - Grid (Above 100MVA) 1.7.30Tap Changing Equipment 1.7.31.Transformer Bushings 1.7.32.Quadrature Boosters 1.7.33.Voltage Regulators 1.7.34.Reactors 1.7.35.Capacitors 1.7.99.Other Transformers 1.8.20.Electrical/Electronic Components 1.8.21.Control & Instrumentation Systems & Spares (excl. Nuclear - use 1.22.12)1.9.0Electrical Protection Equipment 1.9.2.Cut Outs 1.9.5.Relays 1.9.9.Fuses - Below 1kV 1.9.10.Fuses - 1kV to 11kV 1.9.11.Fuses - Above 11kV 1.9.12.Surge Diverters/Arrestors 1.9.13.Distribution Fuse Cabinets/Pillars 1.9.14.Fault Passage Indicators 1.9.15.Uninterruptible Power Supply (UPS) Systems 1.9.16.Lightning Protection Equipment 1.9.17.Control & Protection Cabinets/Cabins for Substations (38kV & Above) 1.9.99Other Electrical Protection Equipment 1.10.0.Energy, Water, Fuels, Oils & Greases 1.10.1.Electricity 1.10.2.Natural Gas 1.10.10.Solid Fuel 1.10.11.Petrol 1.10.14.Insulating Oils 1.10.15.Lubricating Oils 1.10.16.Paraffin 1.10.17.Heating Oils 1.10.18.Fuel Oil 1.10.19.Hydraulic Fluids 1.10.23.Degreasants & Solvents 1.10.24.Greases 1.10.25.Biodegradable Oils 1.10.26.Fuel Additives 1.10.27.Mains Water (Potable) 1.10.28Alternative/Emergency Water Supplies 1.10.99.Other Energy, Oils & Fuels 1.13.0.Mechanical Machinery, Equipment & Spares 1.13.1.Bearings & Transmission Products 1.13.2.Mechanical Seals & Gaskets 1.13.3.Blowers, Exhausters & Fans 1.13.4.Conveyor Systems incl. Belts 1.13.5.

Page 350: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Tanks & Covers (excl. Fuel - use 1.20.21) 1.13.7Filters (excl. Car Filters - use 1.20.15) 1.13.16Compressed Air/Gas Systems (incl. Fixed Compressors & Vessels) 1.13.17Fire Fighting Equipment 1.13.24.Oil & Gas Powered Motors 1.13.35.Centrifuges 1.13.36.Drive Belts, Chains & Couplings 1.13.37.Cranes (Fixed Location) 1.13.40Rubber Hoses & Couplings 1.13.41.Lifting Gear, Winches & Other Lifting Equipment 1.13.42.Overhead Gantries & Walkways 1.13.43.Gas & Air Treatment Plant 1.13.44.Lubrication Equipment 1.13.45.Skid Units/Pressure Reduction Modules 1.13.99.Other Mechanical Machinery, Equipment & Spares 1.16.3.Electricity Meters - Credit 1.16.13.Gas Meters - Credit 1.16.14.Gas Meters - Prepayment 1.18.0.Pipes & Accessories 1.18.1.Pipes & Fittings - Fibre Cement 1.18.2.Pipes & Fittings - Concrete 1.18.3.Pipes & Fittings - Ductile Iron 1.18.4.Pipes & Fittings - Copper 1.18.5.Pipes & Fittings - Clay 1.18.6.Pipes & Fittings - High Density Polyethylene (HDPE) 1.18.7Pipes & Fittings - Medium Density Polyethylene (MDPE) 1.18.8Pipes & Fittings - MOPVC 1.18.9.Pipes & Fittings - PVC 1.18.10.Pipes & Fittings - Steel 1.18.11.Pipe Fittings - Clamps & Collars 1.18.12.Pipe Fittings - Couplings & Flanged Adapters 1.18.13.Pipe Fittings - Electrofusion Fittings 1.18.14.Pipe Fittings - Gunmetal 1.18.15.Pipe Fittings - Plastic 1.18.16.Pipes & Fittings - Stainless Steel 1.18.17.Ducting 1.18.18.Water Flange Joint Sets 1.18.19.Pipe Accessories, Consumables & Associated Supplies 1.18.20.Surface Boxes & Chambers 1.18.25.Leak Detection, Control & Repair Equipment/Materials 1.18.26.Pipes & Fittings - GRP 1.18.27.Standpipes 1.18.99.Other Pipes 1.19.0.Valves, Actuators & Spares 1.19.1.Valves - Air 1.19.2.Valves - Gate/Sluice/Knife 1.19.3.Valves - Hydrants 1.19.4.Valves - Non-Return/Reflux/Check 1.19.5.Valves - Penstock 1.19.7.Valves - Needle/Globe 1.19.8.Valves - Flap 1.19.9.

Page 351: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Valves - Butterfly 1.19.10.Valves - Ball 1.19.11.Valves - Diaphragm 1.19.12.Valves - Pressure Control 1.19.15.Valves - Solenoid 1.19.16.Valves - Safety 1.19.17.Actuators 1.19.18.Valves - Float Operated 1.19.19.Valves - Plug 1.19.99.Other Valves, Actuators & Spares 1.20.0.Transport & Mobile Plant 1.20.1.Passenger Cars 1.20.2.Vans - Car-derived 1.20.3.Commercial Vehicles 1.20.6.Specialist Vehicles, Tankers, Bodies & Trailers 1.20.7.Tyres & Tubes 1.20.8.Cable/Pipe Laying Plant 1.20.9.Mobile Plant (excl. Mechanical Handling Plant - use 1.20.13) 1.20.10Trenchless Equipment 1.20.11.Access Platforms & Equipment 1.20.12.Horticultural Equipment 1.20.13.Cranes (Mobile) & Mechanical Handling Plant/Equipment 1.20.14.Garage Equipment 1.20.15.Vehicle/Mobile Plant Parts & Accessories 1.20.16.Boats & Marine Vessels 1.20.17.Bicycles & Spares 1.20.18.Railway Equipment 1.20.19.Passenger Loading Bridges 1.20.20.Baggage Trolleys 1.20.21.Fuel Delivery, Storage and Dispensing Equipment 1.20.98.Other Transport 1.20.99.Other Mobile Plant 1.23.5.Network Equipment & Accessories 1.24.0.Switchgear 1.24.1.Switchgear - Indoor (Below 1kV) 1.24.2Switchgear - Indoor (1kV to 19kV) 1.24.3Switchgear - Indoor (20kV to 99kV) 1.24.4Switchgear - Indoor (100kV to 199kV) 1.24.5Switchgear - Indoor (200kV & Above) 1.24.6Switchgear - Outdoor (Below 1kV) 1.24.7Switchgear - Outdoor (1kV to 19kV) 1.24.8Switchgear - Outdoor (20kV to 99kV) 1.24.9Switchgear - Outdoor (100kV to 199kV) 1.24.10Switchgear - Outdoor (200kV & Above) 1.24.11Switchgear - Multi Motor 1.24.12.Switchgear - Power Factor Correction 1.24.13.Switchgear - Variable Speed/Soft Driven 1.24.14.Switchgear - Direct Current (DC) 1.24.15Switchgear Parts & Accessories 1.24.16.Circuit Breakers 1.24.17.Disconnectors 1.24.99.

Page 352: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Other Switchgear 1.26.0.Industrial Gases 1.26.1.Propane 1.26.2.Butane 1.26.3.Oxygen 1.26.4.Nitrogen 1.26.5.Carbon Dioxide 1.26.6.Sulphur Dioxide 1.26.7.Sulphur Hexafluoride 1.26.8.Argon Free Oxygen 1.26.9.Hydrogen 1.26.10.Methane 1.26.11.Acetylene 1.26.12.Helium 1.26.13.Laboratory Gases 1.26.14.Medical Gases 1.26.15.Argon 1.26.16.Argonshield 1.26.17.Oxygen Free Nitrogen 1.26.99.Other Industrial Gases 1.27.0.Gas Transmission/Distribution Plant & Equipment 1.27.1.Compressor Station/Aero Engines & Spares 1.27.2.Compressor Station Plant & Spares 1.27.3.Compressor Station Consumables 1.27.4.Compressor Station Fire & Gas Equipment 1.27.5.Compressor Station Safety & Test Equipment 1.27.6.Compressor Station Emission Stacks 1.27.7.Gas Holder Antifreeze Units 1.27.8.Odorisation Equipment 1.27.9.Water Bath Heaters 1.27.10.Fogger/Gas Conditioning Units 1.27.11.Integrated Gas Analytical Systems 1.27.12.Gas Storage Plant & Equipment 1.27.99.Other Gas Transmission/Distribution Plant & Equipment 1.60.0.Airport Equipment 1.60.1.Airport specific information systems 1.60.2.Flight Information Displays (FIDS) (Screens with flight and gateinformation) 1.60.3Flight Management Systems (AODB) (to register passengers per airline andinvoice airlines) 1.60.4Baggage Handling Systems (Insourced/Outsourced) 1.60.5Passenger Queue Measurement Systems 1.61.0.Airport Handling Equipment 1.61.1.Baggage transportation equipment 1.61.2.Baggage classification equipment 1.62.0.Air Traffic Management Systems 1.62.1.Communication systems (VHF-YHF, Tetra Systems) 1.62.2Radars and surveillance systems 1.62.3.Air navigation systems: ILS (Instrumental Landing Systems), NDB, VOR1.62.4.Meteorological equipment: IRVR Transmission meters, AMOs/RAMOS/SAMOS/FAMOS

Page 353: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

1.63.0.Airport Firefighting Equipment 1.63.1.Firefighting vehicles - airside 2.40.6.Facilities Management Services - IT 2.41.7.Health & Safety Consultancy 2.44.12.Waste Management Services (excl. Radioactive - use 3.77.09) 2.45.6Security Services 2.45.46.Rescue and Emergency Medical Services 2.45.48.CAP699 Competency Management 2.46.0.Airport Operations - Technical Services (Airfield) 2.46.1Wildlife / Bird Management 2.46.2.Stand / Coaching Planning 2.46.3.Slots Planning 2.46.4.Ice Management / Weather Systems 2.46.5.Marshalling 2.46.6.Cargo Systems Management (Processing/Customs) 2.46.7Auditing 2.47.0.Airside Handling 2.47.1.Handling Aircraft - Ramps 2.47.2.Handling Passengers - PRM (People with Reduced Mobility) 3.70.0Building, Civil Engineering & Associated Services 3.70.1.Pumping Station - Clean Water 3.70.2.Pumping Station - Waste Water 3.70.3.Treatment Works - Waste Water 3.70.4.Treatment Works - Clean Water 3.70.5.Water Tower 3.70.6.Reservoir/Dam/Weir/Lock 3.70.7.Tunnelling & Shafts (incl. Penstocks) 3.70.8Gas Storage Leaching 3.70.11.Carpentry Services 3.70.12.Plumbing Services 3.70.13.Electrician Services 3.70.14.Industrial Painting & Specialist Coating Services 3.70.16.Grounds Care Maintenance 3.70.17.Fire Protection & Maintenance Services (excl. Substation - use 3.75.09)3.70.18Demolition & Clearance Work 3.70.19.Lift/Escalator Services 3.70.20.Roofing Services 3.70.21.Concrete Services 3.70.22.Fencing Services 3.70.23.Land Reinstatement Services 3.70.24.Landscaping Services (incl. Earthworks) 3.70.25Foundation Services (incl. Piling) 3.70.26Road Construction & Surfacing Services 3.70.27.Rock Anchor Services 3.70.31.General Building incl. Offices 3.70.32.Security Equipment Installation & Maintenance 3.70.33.Modular Structures 3.70.34.Heating, Ventilation & Air Conditioning Services (excl. Power Station -use 3.73.22) 3.70.35

Page 354: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Insulation Services 3.70.36.Flood Defence Construction 3.70.37.Carpark Construction 3.70.38.Airport Construction 3.70.39.Pipeline Construction 3.70.40.Harbour & Marine Engineering Works 3.70.41.Land Reclamation Works & Services 3.70.42.Railway Construction 3.70.43.Gas Transmission System Plant Construction 3.70.44.Gas Transmission System Plant Repairs & Upgrades 3.70.45.Minor Civil Works 3.70.46.Bridge Construction 3.70.47.Off-shore Structures 3.70.48.Gas Drying Plant 3.70.49.Gas Storage Plant Site Services 3.70.50.Bridge Maintenance 3.70.99.Other Building, Civil Engineering & Associated Services 3.71.0.Underground Cable Services 3.71.16.Subsea Cable Services 3.71.17.Underground Telecommunication Cable Laying (incl. Excavation &Reinstatement) 3.71.18Underground Telecommunication Cable Maintenance & Repair 3.71.19.Underground Cable Laying (incl. Excavation & Reinstatement) - Below 1kV3.71.20.Underground Cable Laying (incl. Excavation & Reinstatement) - 1kV to 19kV3.71.21.Underground Cable Laying (incl. Excavation & Reinstatement) - 20kV to 99kV3.71.22.Underground Cable Laying (incl. Excavation & Reinstatement) - 100kV to199kV 3.71.23.Underground Cable Laying (incl. Excavation & Reinstatement) - 200kV &Above 3.71.24.Underground Cable Jointing - Below 1kV 3.71.25.Underground Cable Jointing - 1kV to 19kV 3.71.26.Underground Cable Jointing - 20kV to 99kV 3.71.27.Underground Cable Jointing - 100kV to 199kV 3.71.28.Underground Cable Jointing - 200kV & Above 3.71.29.Underground Cable Maintenance & Repair - Below 1kV 3.71.30.Underground Cable Maintenance & Repair - 1kV to 19kV 3.71.31.Underground Cable Maintenance & Repair - 20kV to 99kV 3.71.32.Underground Cable Maintenance & Repair - 100kV to 199kV 3.71.33.Underground Cable Maintenance & Repair - 200kV & Above 3.71.34.Multi-utility Cable & Pipe Laying (incl. Excavation & Reinstatement)3.71.35Trenchless Cable Laying 3.71.36.Street Lighting Connection 3.71.99.Other Underground Cable Services 3.72.0.Pipe Services 3.72.1.Water Service Pipe Laying (incl. Excavation & Reinstatement) 3.72.2Water Mains Pipe Laying (incl. Excavation & Reinstatement) 3.72.3Sewer Pipe Laying (incl. Excavation & Reinstatement) 3.72.4

Page 355: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Marine/River Outfall 3.72.5.Water Service Pipe Maintenance & Repair 3.72.6.Water Mains Pipe Maintenance & Repair 3.72.7.Sewer Pipe Maintenance & Repair 3.72.9.Pipe Surveying Services 3.72.10.Trenchless Pipe Laying (incl. Pipe Replacement) 3.72.11Borehole & Well Drilling 3.72.13.Pipework Fabrication & Installation 3.72.15.Transmission Pipeline Services 3.72.18.Heating Pipe Services 3.72.19.Flexible Structures, Waterproof Lining Services 3.72.20.Pipeline CCTV/Inspection Services 3.72.21.Pipe Coating / Lining Services 3.72.22.Sewer Jetting Services 3.72.23.Gas Service Pipe Laying (incl. Excavation & Reinstatement) 3.72.24Gas Mains Pipe Laying (incl. Excavation & Reinstatement) 3.72.25Gas Service Pipe Maintenance & Repair 3.72.26.Gas Mains Pipe Maintenance & Repair 3.72.27.Sub-sea Pipe Laying 3.72.97.Other Gas Pipe Services 3.72.98.Other Water Pipe Services 3.72.99.Other Pipe Services 3.73.0.Generation Services 3.73.1.Boiler Services 3.73.2.Engine Services 3.73.3.Feed System Services 3.73.4.Turbine Services 3.73.5.Generator Services 3.73.6.Fuel System Services 3.73.10.Generation Operation & Maintenance Services 3.73.11.Energy Supply Plant Installation & Operation Services 3.73.12.Power Station - Combined Heat & Power Gas Turbine (CHP) 3.73.13Power Station - Combined Cycle Gas Turbine (CCGT) 3.73.14Power Station - Reciprocating Engine Combined Heat & Power 3.73.15.Steam System Services 3.73.16.Cooling Water System Services 3.73.17.Bulk Storage Services 3.73.19.Ash/Residue Disposal System Services 3.73.20.Combustion Air System Services 3.73.21.Flue Gas Exhaust System Services 3.73.22.Power Station Heating & Ventilation Services 3.73.23.Wind Farm Construction 3.73.24.Wind Power Plant Services (excl. Construction) 3.73.25Hydro-Electric Power Plant Construction 3.73.26.Hydro-Electric Power Plant Services (excl. Construction) 3.73.27Power Station - Conventional Thermal Power Plants 3.73.99.Other Generation Services 3.74.8.Mobile Plant Hire Services 3.74.34.Haulage - low-loader (except Haulage - general - see 3.74.6) 3.75.0Substation Services 3.75.2.Substation Building Civil Services 3.75.3.

Page 356: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Protection & Control System Services 3.75.4.Telecontrol Services 3.75.5.Switchgear Services 3.75.6.Transformer Services 3.75.7.Substation Cabling Services 3.75.8.Substation Plant Dismantling & Removal 3.75.9.Substation Fire Protection Services 3.75.10.Substation Plant Painting Services 3.75.11.Substation Design - Transmission 3.75.12.Substation Construction - Transmission 3.75.13.Substation Design & Construction - Transmission 3.75.14.Substation Turnkey - Transmission 3.75.15.Substation Design - Distribution 3.75.16.Substation Construction - Distribution 3.75.17.Substation Design & Construction - Distribution 3.75.18.Substation Turnkey - Distribution 3.75.19.Substation General Maintenance 3.75.99.Other Substation Services 3.76.0.Engineering Consultancy 3.76.1.Technical Consultancy 3.76.2.Planning Consultancy 3.76.3.Electrical Consultancy - 11kV & Below 3.76.4.Electrical Consultancy - 20kV to 99kV 3.76.5.Electrical Consultancy - 100kV to 199kV 3.76.6.Electrical Consultancy - 200kV & Above 3.76.7.Mechanical Consultancy 3.76.8.Structural Consultancy 3.76.9.Cathodic Protection Consultancy 3.76.10.Hydrology & Hydrogeology Consultancy 3.76.11.Process Consultancy 3.76.12.Tunnels Consultancy 3.76.13.Dams Consultancy 3.76.14.Quantity Surveying 3.76.15.Topographical Consultancy 3.76.17.Scientific Consultancy 3.76.19.Archaeological Consultancy & Surveys 3.76.20.Control & Instrumentation Consultancy 3.76.21.Architectural Services 3.76.22.Civil Engineering Consultancy 3.76.23.Environmental Impact Surveys 3.76.24.Hydraulic Modelling Consultancy 3.76.25.Pipeline Consultancy 3.76.26.Project Management Consultancy 3.76.27.Geotechnical Site Investigation Services 3.76.28.Cartography Services (incl. Section 105) 3.76.29Airfield Consultancy 3.76.30.Fire Consultancy 3.76.31.Flood Defence Consultancy 3.76.32.Harbour & Marine Consultancy 3.76.33.Port Planning Services 3.76.34.Gas Network Consultancy & Services 3.76.99.

Page 357: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Other Engineering Consultancy 3.77.0.Nuclear & Reactor Services 3.77.1.Health Physics Services 3.77.2.Reactor Physics Services 3.77.3.Reactor Core Services 3.77.4.Gas Circulator Services 3.77.5.Control Rod & Assembly Services 3.77.6.Fuel Route Services 3.77.7.Nuclear Island Control & Instrumentation Services 3.77.8.Nuclear Decommissioning 3.77.9.Radioactive Waste Management Services 3.77.10.Nuclear Fuel Services 3.77.11.Nuclear Routine & Outage Plant Maintenance 3.77.12.Nuclear Power Station Outage Management Services 3.77.13.Nuclear Safety Case Preparation & Support Services 3.77.99.Other Nuclear & Reactor Services 3.78.0.Mechanical, Electrical, Instrumentation, Control & Automation Services3.78.1.Control & Instrumentation Services 3.78.2.Electrical Inspection/Testing Services 3.78.3.Mechanical Inspection/Testing Services 3.78.4.Electrical Installation Services 3.78.5.Mechanical Installation Services 3.78.6.Pump Services 3.78.7.Valve Services 3.78.8.Compressed Air/Gas System Services 3.78.9.Metal & Steel Fabrication Services 3.78.10.Motor Rewind Services 3.78.11.Machining Services 3.78.12.Deplanting/Decommissioning Services 3.78.13.Gas Appliance Services 3.78.14.Water Treatment Plant Services 3.78.15.Gas Network Plant Services 3.78.16.Lighting Services 3.78.17.Gas Storage Plant Services 3.78.18.Mechanical Maintenance and Repair Services 3.78.19.Electrical Maintenance and Repair Services 3.78.99.Other Mechanical, Electrical, Instrumentation, Control & AutomationServices 3.79.0.Overhead Line Services 3.79.1.Overhead Line Construction - Wood Pole (11kV & Below) 3.79.2Overhead Line Construction - Wood Pole (20kV to 99kV) 3.79.3Overhead Line Inspection, Maintenance & Repair - Wood Pole (11kV & Below)3.79.4Overhead Line Inspection, Maintenance & Repair - Wood Pole (20kV to 99kV)3.79.5Overhead Line Design - Tower (20kV to 99kV) 3.79.6Overhead Line Design - Tower (100kV to 199kV) 3.79.7Overhead Line Design - Tower (200kV & Above) 3.79.8Overhead Line Construction - Tower (20kV to 99kV) 3.79.9Overhead Line Construction - Tower (100kV to 199kV) 3.79.10

Page 358: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Overhead Line Construction - Tower (200kV & Above) 3.79.11Overhead Line Design & Construction - Tower (20kV to 99kV) 3.79.12Overhead Line Design & Construction - Tower (100kV to 199kV) 3.79.13Overhead Line Design & Construction - Tower (200kV & Above) 3.79.14Overhead Line Inspection, Maintenance & Repair - Tower (20kV to 99kV)3.79.15Overhead Line Inspection, Maintenance & Repair - Tower (100kV to 199kV)3.79.16Overhead Line Inspection, Maintenance & Repair - Tower (200kV & Above)3.79.17Overhead Line Services - Surveying 3.79.18.Overhead Line Services - Tree Cutting 3.79.19.Overhead Line Services - Tower Painting 3.79.20.Overhead Line Services - Scaffolding (System Use) 3.79.21Overhead Line Services - Wood Pole Installation 3.79.22.Telecommunication Overhead Line Construction 3.79.23.Telecommunication Overhead Line Maintenance & Repair 3.79.24.Overhead Line Construction - Wood Pole (100kV to 199kV) 3.79.25Overhead Line Inspection, Maintenance & Repair - Wood Pole (100kV to199kV) 3.79.99Other Overhead Line Services 3.80.0.Meter & Associated Services 3.80.1.Water Meter Maintenance & Repair Services 3.80.2.Electricity Meter Maintenance & Repair Services 3.80.3.Gas Meter Maintenance & Repair Services 3.80.4.Meter Installation & Removal Services 3.80.5.Meter Operator Services 3.80.6.Meter Calibration Services 3.80.99.Other Meter & Associated Services 3.99.0.Other Engineering Services 3.99.1.Thermal Hydrolysis 3.99.3.Calibration Services (excl. Meter - use 3.80.06) 3.99.4Research & Development 3.99.5.Testing & Analysis Services 3.99.11.Diving Services 3.99.12.Agricultural & Land Drainage Services 3.99.13.Anti Corrosion & Cathodic Protection Services 3.99.14.Heat Treatment/Hardening Services 3.99.19.Joint Sealing Services 3.99.23.Dredging Services 3.99.24.Flood Defence Services 3.99.25.Statutory Inspection Services/Safety Assessments 3.99.27.Non-Destructive Testing Services 3.99.28.Scaffolding Services (Non-system Use) 3.99.29Industrial Cleaning Services 3.99.31.Welding Services 3.99.32.Monitoring Services 3.99.33.Laboratory Services 3.99.34.Canal & River Services (excl. River Defence - use 3.99.24) 3.99.35Fisheries Services 3.99.36.Salvaging Services 3.99.37.

Page 359: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Hydrographic Services 3.99.42.Compliance and Assessing Services 3.99.43.Ecology and Biodiversity 3.99.99.Other Engineering Services.Medium Risk 1.1.0.Building/Civil Products 1.1.1.Sand 1.1.2.Gravel 1.1.3.Aggregate & Stone 1.1.4.Reinstatement Products 1.1.5.Concrete Ready Mixed 1.1.6.Pre-Cast Building Products 1.1.7.Paints & Varnishes 1.1.8.Insulation Equipment & Materials 1.1.9.Mobile Accommodation Units (excl. Hire - use 3.74.29) 1.1.10Security Equipment 1.1.11.Enclosures & Kiosks (excl. Meter Housings - use 1.16.19) 1.1.12Signs (excl. Road Signs - use 1.01.13) 1.1.13Road Furniture 1.1.14.Fencing 1.1.15.Steel/Metal Materials (excl. Cables & Pipes) 1.1.16Timber Materials (excl. Wood Poles - use 1.06.13) 1.1.17Horticultural Products 1.1.18.Underground Marker Materials 1.1.19.Insulation/Plastic Tape 1.1.20.Fasteners & Fixings 1.1.21.Flood Defence/Landscaping Building Products 1.1.22.Domestic Appliances 1.1.23.Adhesives & Sealants - General 1.1.24.Airport/Port Security Equipment 1.1.25.Environmental/Reclaimed Building Products 1.1.26.Prefabricated Buildings 1.1.28.Off-shore Structure Equipment 1.1.30.Plumbing Equipment & Sundries 1.1.98.Other Quarry Products 1.1.99.Other Building/Civil Products 1.8.0.Electrical, Control & Instrumentation Equipment 1.8.5.Distribution Boards (1kV & Below) 1.8.6Earthing Equipment 1.8.7.Electrical Motors 1.8.10.Primary Cells, Batteries & Chargers 1.8.11.Portable Power Supplies/Mobile Generators (excl. Fixed Generators - use1.11.06) 1.8.13Heating, Ventilation & Air Conditioning Equipment (excl. Power Station -use 1.11.18) 1.8.14Trace Heating Equipment 1.8.15.Busbars & Support Structures 1.8.16.Motor Control Centres & Spares 1.8.17.Electronic Cards & Systems 1.8.18.Programmable Logic Controllers (PLC's) 1.8.19Lighting & Accessories (excl Street Lighting) 1.8.22

Page 360: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Control & Instrumentation Automation Hardware 1.8.23.Optical Instruments 1.8.24.Instrumentation & Associated Equipment (excl. Optical) 1.8.25Photographic Equipment 1.8.26.Detection/Monitoring Equipment (excl. Leak Detection - use 1.18.25) 1.8.27Evaporators, Refrigerators & Cryogenerators (excl. Air Conditioning - use1.08.13) 1.8.28Docking Guidance Systems 1.8.29.Car Park Equipment & Systems 1.8.30.Airfield Lighting 1.8.31.Ticket Vending Machines 1.8.99.Other Electrical, Control & Instrumentation Equipment 1.11.0.Generation Plant & Equipment 1.11.1.Industrial Hot Water Boilers (excl. Domestic Boilers - use 1.01.22) 1.11.2Steam Boilers 1.11.3.Boiler Ancillary Equipment 1.11.4.Generators - Power Station 1.11.6.Engines & Engine Spares (excl. Mobile Generators - use 1.08.11) 1.11.7Cooling Systems & Spares 1.11.8.Fuel & Oil Systems & Spares 1.11.9.Feed Water Systems & Spares 1.11.10.Turbines & Spares - Steam 1.11.11.Solid Fuel Supply Systems & Spares 1.11.12.Liquid Fuel Supply Systems & Spares 1.11.13.Gas Fuel Supply Systems & Spares 1.11.14.Ash/Residue Disposal Systems & Spares 1.11.15.Combustion Air Systems & Spares 1.11.16.Flue Gas Exhaust Systems & Spares 1.11.17.Turbines & Spares - Gas 1.11.18.Power Station Heating & Ventilation Equipment 1.11.19.Wind Power Production Equipment 1.11.20.Hydro-Electric Power Production Plant 1.11.21.Bio Energy Production Equipment 1.11.22.Wave Motion Power Production Equipment 1.11.23.Combined Heat & Power (CHP) Plant 1.11.24.Solar Power Production Equipment 1.11.98.Other Boilers & Boiler Spares 1.11.99.Other Generation Plant & Equipment 1.16.0.Meters & Associated Equipment 1.16.1.Water Meters (Encoded) 1.16.2Water Meters (Non-Encoded) 1.16.4Electricity Meters - Prepayment 1.16.5.Electricity Meters - Programmable 1.16.6.[Continuation of this Notice in Part 2 of 2]

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>

Page 361: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

TITLE: UK-Warwick: repair and maintenance services PUBLISHED ON: 30/05/2012 DOCUMENT NUMBER: 168960-2012 Part 2 of 2 JOURNAL NUMBER: 101 SPECIFICATION DUE: DEADLINE: TYPE OF DOCUMENT: O - Qualification system with call for competition NATURE OF CONTRACT: 4 - Service contract PROCEDURE: 9 - Not applicable REGULATION: 5 - European Union, with participation by GPA countries AWARDING AUTHORITY: 4 - Utilities TYPE OF BID: 9 - Not applicable CRITERIA: 2 - The most economic tender CPV CODE(S): 50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000, 66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000, 79000000, 80000000, 85000000, 90000000, 92000000, 98000000 Repair and maintenance services, Installation services (except software), Hotel, restaurant and retail trade services, Transport services (excl. Waste transport), Supporting and auxiliary transport services travel agencies services, Postal and telecommunications services, Public utilities, Financial and insurance services, Real estate services, Architectural, construction, engineering and inspection services, IT services: consulting, software development, Internet and support, Research and development services and related consultancy services, Services related to the oil and gas industry, Agricultural, forestry, horticultural, aquacultural and apicultural, services, Business services: law, marketing, consulting, recruitment, printing and, security, Education and training services, Health and social work services, Sewage, refuse, cleaning and environmental services, Recreational, cultural and sporting services, Other community, social and personal services AGENCY: NATIONAL GRID PLC COUNTRY: GB. LANGUAGE: EN

Part 2 of 2Electrical Metering Control Devices 1.16.7.Meter Accessories & Spares 1.16.8.Meter Tokens & Cards 1.16.12.Electrical Meters - Power Station/Grid 1.16.15.Gas Meters - Electronic 1.16.16.Governors, Regulators & Associated Equipment 1.16.18.Prewired Meter Cabinets 1.16.99.Other Meters & Associated Equipment 2.41.0.Consultancy (Excl. Engineering Consultancy) 2.41.2Financial Consultancy 2.41.3.IT Consultancy (excl. E-commerce - use 2.41.17) 2.41.4Change Management Consultancy 2.41.5.Energy Management Consultancy 2.41.6.Estates & Property Consultancy 2.41.8.Procurement & Materials Management Consultancy 2.41.9.Public Relations Consultancy 2.41.10.Security Consultancy 2.41.11.

Page 362: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Telecommunications/Telemetry Consultancy 2.41.12.Environmental Consultancy 2.41.13.Quality Assurance Consultancy 2.41.15.Community Relations Consultancy 2.41.16.Retail Consultancy 2.41.17.E-commerce Consultancy 2.41.18Corporate Planning & Strategy Consulting 2.41.19.Facilities Management Consultancy 2.41.20.Marketing & Advertising Consultancy 2.41.21.Fisheries Consultancy 2.41.22.Risk Management Consultancy 2.41.23.Value Management Consultancy 2.41.29.Public Consultation Consultancy 2.41.99.Other Consultancy 2.42.6.Accountancy Services 2.43.0.Hotel, Travel & Catering Services (Excl. Consultancy) 2.43.1Travel Agency Services 2.43.2.Hotel/Accommodation Services 2.43.3.Catering Services (Offsite) 2.43.4Catering Services (Onsite) 2.43.99Other Hotel, Travel & Catering Services 2.44.0.Sewage, Scrap & Refuse Disposal Services 2.44.1.Sewage/Sludge Disposal Services 2.44.2.Scrap Disposal Services 2.44.3.Refuse/General Waste Disposal Services 2.44.4.Sanitation Services 2.44.5.Vermin Control Services 2.44.6.Hazardous Material Handling/Treatment/Disposal Services (incl. Asbestos)2.44.7Non-hazardous Disposal Services 2.44.8.Decontamination/Pollution Control Services 2.44.10.Recycling Services 2.44.11.Waste Skip Hire 2.44.99.Other Disposal Services 2.45.3.Printing & Publication Services (excl. Pre-printed Stationery - use1.17.13) 2.45.7Training & Education Services - Functional 2.45.8.Occupational Health Services 2.45.27.Promotional/Corporate Goods 3.70.15.Building/Office Maintenance & Refurbishment Services 3.70.61.Rope Access and Abseiling Services 3.73.28.Microgeneration Services 3.74.0.Transport, Storage & Hire Services 3.74.1.Vehicle Accident & Repair Services 3.74.2.Vehicle Bodybuilding 3.74.4.Vehicle Recovery Services 3.74.5.Courier Services 3.74.6.Transportation Services 3.74.7.Storage & Warehousing Services 3.74.9.Mechanical Handling Equipment Maintenance (excl. Fixed Cranes - use3.74.26) 3.74.10

Page 363: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Mobile Plant Maintenance 3.74.11.Windscreen Replacement 3.74.12.Vehicle Washing Services 3.74.13.Vehicle Disposal Services 3.74.14.Vehicle Leasing & Hire Services 3.74.15.Helicopter/Air Transport Services (excl. Overhead Line Surveys - use3.79.17) 3.74.16Generator Hire (Non-system Use) 3.74.17Traffic Lights Hire 3.74.19.Fleet Management Services 3.74.20.Railway Track Maintenance 3.74.21.Weighbridge Services 3.74.22.Signing, Guarding & Lighting Services (NRSWA) 3.74.23Generator Hire (System Use) 3.74.24Tool Hire 3.74.25.Boats/Marine Vessel Maintenance 3.74.26.Fixed Crane Services 3.74.27.Traffic Management Services 3.74.28.Garage/Workshop Equipment Maintenance 3.74.29.Mobile Accomodation Unit Hire 3.74.30.Fuel Card Services 3.74.31.Marine Equipment Maintenance & Repair Services (excl. Boats - use 3.74.25)3.74.98Other Hire Services 3.74.99.Other Transport & Storage Services 3.76.18.Surveying Services (excl. Overhead Line & Pipeline Surveying) 3.80.7Meter Reading Services 3.99.9.Tool, Instrument & Specialist Equipment Services 3.99.40.Product Testing 3.99.41.Machinery Testing.Low Risk 1.1.35.Fixtures & Fittings 1.2.37.Ferric nitrate 1.2.38.Aluminium Chloride 1.3.8.First Aid Kits & Supplies 1.14.0.Pumps, Accessories & Spares 1.14.1.Pumps - Centrifugal 1.14.2.Pumps - Submersible 1.14.3.Pumps - Positive Displacement 1.14.5.Pumps - Split Case 1.14.6.Pumps - Double Disk 1.14.9.Pumps - Washwater Pump Sets 1.14.10.Pumps - Metering & Dosing 1.14.11.Pumps - Borehole 1.14.12.Pumps - Macerator 1.14.13.Pumps - Peristaltic 1.14.14.Pumps - Portable 1.14.15.Pumps - Hydraulic 1.14.16.Pumps - Screw 1.14.17.Pumps - Axial 1.14.18.Pumps - Vacuum 1.14.19.

Page 364: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Pumps - Progressing Cavity 1.14.99.Other Pumps, Accessories & Spares 1.16.19.Meter Cabinets & Housings 1.17.0.Office/Depot Materials & Equipment 1.17.1.Office Equipment (excl. Printers - use 1.23.04) 1.17.2Office Furniture 1.17.3.Office Stationery 1.17.4.Office Furnishings & Fittings (excl. Furniture - use 1.17.02) 1.17.5Audio & Visual Equipment & Accessories 1.17.7.Drawing Office Equipment & Supplies 1.17.9.Paper & Card 1.17.13.Pre-Printed Stationery/Supplies 1.17.16.Publications (Off-The-Shelf) 1.17.17Paper Maps 1.17.18.Janitorial Equipment & Supplies 1.17.21.Printing & Photographic Chemicals & Materials 1.17.22.Catering Equipment 1.17.23.Catering Supplies 1.17.24.Storage/Warehouse Equipment & Supplies 1.17.25.Packaging Equipment & Supplies 1.17.26.Security Printing 1.17.27.Pre-Printed Plastic Cards 1.17.80.Recycling Supplies 1.17.81.Recycling Equipment 1.17.99.Other Office Materials & Supplies 1.21.0.Tools & Specialist Equipment 1.21.1.Tools & Equipment - Cable Joiners 1.21.2.Tools & Equipment - Overhead Line 1.21.3.Insulated Tools 1.21.4.Hand Tools (Non-Powered) 1.21.5Tools & Equipment - Drilling 1.21.6.Power Tools (incl. Pneumatic/Hydraulic) 1.21.8Test & Inspection Equipment 1.21.9.Workshop Machinery & Equipment 1.21.10.Industrial Cleaning Equipment 1.21.11.Workshop Cleaning Consumables 1.21.13.Abrasive Products 1.21.14.Welding & Cutting Equipment (incl. Consumables) 1.21.15Tools & Equipment - Pipeline 1.21.16.Weighing Equipment 1.21.17.Laboratory Equipment 1.21.18.Pollution Control Equipment 1.21.19.Ladders 1.21.20.Port/Marine Tools & Equipment 1.21.99.Other Tools & Specialist Equipment 1.22.0.Nuclear & Reactor Plant & Equipment 1.22.1.Nuclear Gas Reactor & Core 1.22.2.Nuclear Fuel Assembly 1.22.3.Nuclear Gas Baffle 1.22.4.Nuclear Gas Diagrid & Support Skirt 1.22.5.Nuclear Shielding 1.22.6.

Page 365: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Nuclear Pressure Vessel & Liner 1.22.7.Nuclear Gas Circulators 1.22.8.Nuclear Control Rod & Assembly 1.22.9.Nuclear Reactor Pumps 1.22.10.Nuclear Fuel Route Equipment 1.22.11.Nuclear In-Service Inspection Equipment 1.22.12.Nuclear Island Control & Instrumentation Systems & Spares 1.22.13.Nuclear Reactor Protection Systems & Spares 1.22.14.Radioactive Waste Handling & Reprocessing Equipment 1.22.15.Nuclear Primary Circuit Pipework, Vales & Penetrations 1.22.16.Nuclear Sampling Systems 1.22.17.Nuclear Cooling Water & Heat Removal Systems 1.22.18.Nuclear Containment & Ventilation Systems 1.22.19.Dosimetry Equipment & Control Systems 1.22.20.Nuclear Fire Barrier & Containment Penetrations 1.22.21.Nuclear Fuel Storage Racks & Equipment 1.22.22.Nuclear Robotics/Remote Operations Equipment 1.22.23.Nuclear Fuel 1.22.24.PWR Pressure Vessel & Internals 1.22.25.PWR Pressuriser & Pressure Control Systems 1.22.26.PWR Steam Generator Plant 1.22.27.PWR Chemical & Volume Control/Reactor Make-up Systems 1.22.28.PWR Emergency Boration & Charging Systems 1.22.99.Other Nuclear & Reactor Plant & Equipment 1.23.0.Computer Equipment & Supplies 1.23.1.Computer Hardware & Accessories - Workstations/Servers 1.23.2.Computer Hardware & Accessories - Portable 1.23.3.Computer Hardware - Mainframes 1.23.4.Computer Peripherals 1.23.6.Software Development Tools 1.23.7.General Business Software (Off-The-Shelf) 1.23.8Specialist Business Software (excl. Software Development - use 2.40.02)1.23.9Technical Software 1.23.10.Utility Software 1.23.11.Computer Consumables (excl. Laser/Inkjet Paper - use 1.17.09) 1.23.12Computer Systems 1.23.99.Other Computer Equipment & Supplies 1.25.0.Water/Waste Water Treatment Plant & Equipment 1.25.1.Digestors - Sewage & Sludge 1.25.2.Macerators 1.25.3.Odour Control Equipment 1.25.4.Dewatering Equipment 1.25.5.Waste Water Scrapers 1.25.6.Screens & Associated Equipment 1.25.7.Disinfection Equipment 1.25.8.Dosing Plant 1.25.9.Sulphinators 1.25.10.Mixing Units 1.25.11.Incineration Equipment 1.25.12.Comminutor (Pulverization) Equipment 1.25.13.

Page 366: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Detritor (Grit Removal) Equipment 1.25.14.Classifier Equipment 1.25.15.Aeration Equipment 1.25.16.Surge Suppression Equipment 1.25.99.Other Water Treatment Plant 1.28.0.SUBSTATION MATERIALS 1.28.1.Hybrid GIS 275kV (includes integrated control systems) 1.28.2Hybrid GIS 145kV (includes integrated control systems) 1.28.3Dynamic Reactive Compensation and Voltage Support 1.28.4.Comms Multiplexers 1.28.5.PLC Terminal Equipment 1.28.6.Insulators - Station Post 1.28.99.Other Substation Materials 2.40.0.IT & Telecommunication Related Services (Excl. Consultancy) 2.40.1Hardware Services 2.40.2.Software Development Services 2.40.3.Software Support Services 2.40.4.IT Training 2.40.7.Recruitment Services - IT 2.40.8.Telecommunication Network Services 2.40.10.Data Collection & Handling Services (excl. Meter Reading - use 3.80.07)2.40.11IT Network Services 2.40.12.Internet/Intranet Services 2.40.13.Telecommunication Equipment & Associated Services 2.40.14.Call Centre Services 2.40.15.E-commerce Services 2.40.16Escrow Services 2.40.17.IT Disaster Recovery Services 2.40.98.Other Computer Services 2.40.99.Other Telecommunication Services (excl. Line Construction, Maintenance &Repair) 2.41.14Personnel/Human Resources Consultancy 2.41.27.Insurance Consultancy 2.41.28.Corporate Social Responsibility Consultancy 2.42.0.Financial & Accountancy Services (Excl. Consultancy) 2.42.1Banking Services 2.42.2.Insurance Services 2.42.3.Pension Funding Services 2.42.4.Financial Leasing Services 2.42.5.Cash Collection Services 2.42.7.Shareholder Services 2.42.8.Financial Audit Services 2.42.9.Debt Collection Services 2.42.10.Claims Management Services 2.42.11.Licensing Services 2.42.12.Recruitment Services - Finance 2.42.13.Auction Services 2.42.14.Credit/Procurement Card Services 2.42.16.Insurance Brokerage 2.42.17.Customer Acquisition Services 2.42.99.

Page 367: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Other Financial & Accountancy Services 2.43.5.Vending Machine Services 2.45.0.Business & Administrative Services 2.45.1.Legal Services 2.45.2.Photographic Services 2.45.4.Public Relations Services 2.45.5.Recruitment Services (excl. IT & Finance - use 2.40.07 & 2.42.12) 2.45.9Hygiene Services 2.45.10.Conference/Event Management Services (incl. Entertainment) 2.45.11Office & Depot Cleaning Services 2.45.12.Window Cleaning Services 2.45.13.Laundry Services 2.45.14.Market Research Services 2.45.15.Postal & Mailing Services (excl. Courier Services - use 3.74.05) 2.45.16Real Estate Services 2.45.17.Furniture Maintenance & Repair Services 2.45.18.Office Equipment Services 2.45.19.Facilities Management (excl. IT - use 2.40.06) 2.45.20Meteorological Services 2.45.22.Technical/Procedural Writing Services 2.45.23.Subscription Services 2.45.25.Removal/Relocation Services (excl. Storage Services - use 3.74.07) 2.45.26Wayleave Services 2.45.28.Graphic & Media Design Services 2.45.29.Personnel/Human Resources Services 2.45.30.Language Translation Services 2.45.31.Marketing & Advertising Services 2.45.32.Audit Services (excl. Financial - use 2.42.08) 2.45.33Asset Management/Operation Services 2.45.35.Plastic Card Fulfilment Services 2.45.36.Training & Education Services - Personnel Related 2.45.47.Sales Service 2.45.99.Other Business & Administrative Services 3.74.3.Vehicle Maintenance.II.4) Common procurement vocabulary (CPV)50000000, 51000000, 55000000, 60000000, 63000000, 64000000, 65000000,66000000, 70000000, 71000000, 72000000, 73000000, 76000000, 77000000,79000000, 80000000, 85000000, 90000000, 92000000, 98000000II.5) Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yesSection III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Qualification for the system:Conditions to be fulfilled by economic operators in view of theirqualification: Conditions to be fulfilled by economic operators in view oftheir qualification: The UVDB / Verify will be the first stage ofqualification and will either be used as the basis for tender selection ormay be supplemented by additional qualification criteria established byNational Grid Plc in specific product or service areas.It should be noted that National Grid Plc reserves the right not to usethe UVDB for certain contracts where it deems it necessary. Where such

Page 368: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

contracts are covered fully by the EU procurement legislation it willinstead publish a separate call for competition for that contract in theSupplement to the Official Journal of the European Union.National Grid Plc also reserves the right to use the UVDB / Verify in thecompilation of tender lists for contracts not covered fully by the EUprocurement legislation.The UVDB system has led to savings to both economic operators (vendors)and purchasers and ensures that vendors benefit from a reduced workloadwhilst their applications are dealt with fairly and consistently bysubscribing utilities.The administrative costs are being met by the subscribing utilities andvendors. Vendors registering will therefore be required to make acontribution of 515 GBP for up to 7 product codes, 640 GBP for 8 to 14product codes, 815 GBP for 15 to 21 product codes and 1 015 GBP for 21 ormore product codes (plus VAT for UK applicants) annually towards thesecosts which is payable prior to dispatch of registration material.Suppliers or contractors who have already registered on the UVDB need notreapply, but may wish to ensure that they are entered under all relevantproduct or service categories. Where Verify is required they should ensurethat they have been audited to the appropriate Verify level as the contentand pricing structure depends on risk level. Verify Category A 260 GBP,Verify Category B1 1 145 GBP, Verify Category B2 1 560 GBP and VerifyCategory C 1 145 GBP. Please note that for factory audits under VerifyCategory D, the prices may vary so please contact Achilles for a quote.Means of access to the qualification system is on a permanent basis.Methods according to which each of those conditions will be verified:These will be described in the details of the scheme available from theUVDB team.Section V: ProcedureIV.1) Award criteriaIV.1.1) Award criteriaThe most economically advantageous tender in terms of the criteria statedin the specifications or in the invitation to tender or to negotiateIV.1.2) Information about electronic auctionAn electronic auction will be used: yesAdditional information about electronic auction:IV.2) Administrative informationIV.2.1) File reference number attributed by the contracting entity:National Grid-QSN-Services-May-2012IV.2.2) Duration of the qualification systemIndefinite durationIV.2.3) Information about renewalsRenewal of the qualification system: noSection VI: Complementary informationVI.1) Information about European Union fundsThe contract is related to a project and/or programme financed by EuropeanUnion funds: yesReference to project(s) and/or programme(s): Some contracts may befinanced by EU Funds.VI.3) Procedures for appealVI.3.2) Lodging of appeals

Page 369: OJEU Finder: Report on contract Web viewOJEU Finder . Index / Links . Tip: In a supporting viewer (such as Microsoft Word) you can hold down the CTRL key and left click on the index

Precise information on deadline(s) for lodging appeals: Subscriberssubject to the EU procurement legislation of England, Wales and NorthernIreland will, where appropriate, incorporate a minimum 10 calendar daystandstill period (or 15 days if non electronic or fax methods used) atthe point that information on the award of the contract is communicated totenderers. If an appeal regarding the award of a contract has not beensuccessfully resolved then the Public Contracts Regulations 2006 providefor aggrieved parties who have been harmed or are at risk of harm by abreach of the rules to take action in the High Court (England, Wales andNorthern Ireland).VI.4) Date of dispatch of this notice:25.5.2012

ORIGINAL LANGUAGE:

TED (C) European Communities 2012. OJEU Finder. Contact [email protected]

>> Back to top >>


Recommended