Ausschreibungen Planungsleistungen im Bauwesen - UK-Coventry
Elektrizitätsverteilungs- und -schalteinrichtungen.
Planungsleistungen im Bauwesen.
Dokument Nr...: 162927-2005
Veröffentlicht: 25.08.2005
*
AUFTRAGSBEKANNTMACHUNG - SEKTOREN
Dienstleistungsauftrag
I.1) Offizieller Name und Anschrift des Auftraggebers: E.ON UK plc, Att:
Tess McGoldrick, Westwood Way, Westwood Business Park, UK-Coventry CV4
8LG. Tel.: 02476 424370. E-mail: theresa.mcgoldrick@eon-uk.com. URL:
www.eon-uk.com.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV):
74232000, 31200000.
Beschreibung: Planungsleistungen im Bauwesen.
Elektrizitätsverteilungs- und -schalteinrichtungen.
IV.3.3) Schlusstermin für den Eingang der Angebote oder der
Teilnahmeanträge: 26.9.2005.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE - UTILITIES
Services
SECTION I: CONTRACTING ENTITY
I.1) Official name and address of the contracting entity: E.ON UK plc,
Att: Tess McGoldrick, Westwood Way, Westwood Business Park, UK-Coventry
CV4 8LG. Tel.: 02476 424370. E-mail: theresa.mcgoldrick@eon-uk.com. URL:
www.eon-uk.com.
I.2) Address from which further information can be obtained: As in I.1.
I.3) Address from which documentation may be obtained: E.ON UK plc, Att:
Tess McGoldrick, Westwood Way, Westwood Business Park, UK-Coventry CV4
8LG. Tel.: 02476 424370. E-mail: theresa.mcgoldrick@eon-uk.com. URL:
www.eon-uk.com.
I.4) Address to which tenders/requests to participate must be sent: E.ON
UK plc, Att: Rachael Pisani, Rheidol Power Station, Cwm Rheidol,
UK-Aberystwyth, Dyfed SY23 3NF. Tel.: 01970 880667. Fax: 01970 880670.
E-mail: rachael.pisani@eon-uk.com. URL: www.eon-uk.com.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.4) Framework agreement: No.
II.1.5) Title attributed to the contract by the contracting entity:
Rhydlydan Sub-station Refurbishment.
II.1.6) Description/object of the contract: The work covers the
refurbishment of the E.ON UK plc Rhydlydan substation, including
replacement of 6 Oil Circuit Breakers, outdoor plant and their associated
protection and control schemes.
II.1.7) Site or location of works, place of delivery or performance:
Rhydlydan Sub-station, Rheidol Power Station, Cwm Rheidol, Nr. Llywernog,
Aberystwyth, Dyfed, SY29 9NF.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 74232000, 31200000.
II.1.9) Division into lots: No.
II.1.10) Will variants be accepted: Yes.
II.1.11) Derogation from the use of European specifications: No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: The successful tenderer will be
responsible for providing a fully-integrated service including:
design, manufacture, supply, delivery, installation, testing,
commissioning and setting to work of replacement switchgear, busbar
connections, associated protection and control equipment including
auto-synchronisers and for the decommissioning and disposal of the
redundant oil circuit breakers.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: To be defined in the contract
documents.
III.1.2) Main terms of financing and payment and/or reference to the
provisions in which these are contained: To be defined in the contract
documents.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded: In the
event of a group of manufacturers, suppliers or contractors submitting an
acceptable offer it will be necessary to provide an understanding that
each company or firm in the group will be jointly and severally
responsible for the due performance of the Contract.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum capacity required: The
candidates invited to tender by the contracting entity will be selected
from among those applicants who evidence, according to filed documents,
the fulfilment of each of the minimum conditions set forth below. The
selection of candidates that comply with the minimum conditions will be
carried out according to objective criteria and rules which will be
described in the pre-qualification document to be issued to all
applicants. In addition to the documents required elsewhere in paragraph
111.2, the contracting entity is entitled to request from the applicants
any additional information and documents that it may deem necessary, as
well as any clarifications needed in order to make the selection.
III.2.1.1) Legal position - means of proof required: Certificate of
Incorporation of Company or similar.
III.2.1.2) Economic and financial capacity - means of proof required:
Tenderers must demonstrate sufficient financial resource for a contract
of this nature and size and provide certified accounts for the 3 most
recent financial years for which published accounts are available. All
amounts should be expressed in Sterling.
III.2.1.3) Technical capacity - means of proof required: Evidence of
previous experience and successful performance of work of a similar
nature within the past 5 years.
III.2.1.4) Other information: Interested parties must write, expressing
their interest to the address stated in 1.1. This must be received no
later than 5.9.2005. A pre-qualification questionnaire will be sent to
interested parties to be completed and returned no later than 26.9.2005.
The Contracting entity reserves the right to negotiate with one or more
tenderers following the formal submission of tenders.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
No.
III.3.2) Legal entities required to state the names and professional
qualifications of the personnel responsible for execution of the
contract: No.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Negotiated.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated in contract documents.
IV.3) Administrative information
IV.3.2) Conditions for obtaining contractual documents and additional
documents: Obtainable until: 5.9.2005.
IV.3.3) Deadline for receipt of tenders or participation requests:
26.9.2005.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Scheduled date: 10.10.2005.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
IV.3.6) Minimum period for which the tenderer is required to keep open
the offer: 6 months from the deadline stated for receipt of tenders.
SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice: No.
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.5) Date of dispatch of this notice: 23.8.2005.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de