Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Leeds Teaching Hospitals
Leeds General Infirmary, Great George Street
For the attention of: Mr Luke Alovisi
LS1 3EX Leeds
UNITED KINGDOM
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: http://www.leedsteachinghospitals.com/
Further information can be obtained from: Leeds Teaching Hospitals
Leeds General Infirmary, Great George Street
For the attention of: Mr Luke Alovisi
LS1 3EX Leeds
UNITED KINGDOM
E-mail: [email protected]
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leeds Teaching Hospitals
Leeds General Infirmary, Great George Street
For the attention of: Mr Luke Alovisi
LS1 3EX Leeds
UNITED KINGDOM
E-mail: [email protected]
Tenders or requests to participate must be sent to: Leeds Teaching Hospitals
Leeds General Infirmary, Great George Street
For the attention of: Mr Luke Alovisi
LS1 3EX Leeds
UNITED KINGDOM
E-mail: [email protected]
I.2)Type of the contracting authorityBody governed by public law
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of 2 power transformers.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKE42
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Provision to purchase two 18MVA/36MVA, 33 kV/11,5 kV, 50 Hz high efficiency, robust power transformers with on load tap changer.
The life expectancy of the transformers shall be not less than 40 years. Transformers shall be provided with neutral earth resistors. The transformers and all accessories shall be compatible with all current switchgear manufacturers standard designers and current SCADA/BMS systems.
Transformers shall comply with all current and new EU Directives.
Additionally, provision for maintenance of the two transformers will also be required as part of the contract, for a minimum of 5 years.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT:
Range: between 1 000 000 and 1 400 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 60 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The contracting authority reserves the right to require deposits and/or guarantees and/or bonds and/or any other form of security. Details will be provided in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
A consortium bid is acceptable but the contracting authority reserves the right to require any contract(s) to be entered into with a single legal entity (whether a lead contractor or a special purpose vehicle).
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As set out in the PQQ.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As set out in the PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As set out in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
0925
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate10.7.2015 - 09:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Please note that the PQQ is available via the Due North e-tendering portal. Please log on to:www.leedsth-tenders.co.uk and scroll down to Supplier Guide How to Do Business (on the right hand side of the screen). Please then follow the registration instructions (if you are not registered already).Once registered the PQQ can be found within contract reference: 9X6K-EPUDOD.All PQQ's must be submitted by 9:00 on 10.7.2015.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:10.6.2015