Section one: Contracting authority
one.1) Name and addresses
EP Kilroot Limited
Larne Road
Carrickfergus
BT38 7LX
Contact
Jessica Barrass
Telephone
+44 7821800510
Country
United Kingdom
NUTS code
UKN0 - Northern Ireland
National registration number
NI026039
Internet address(es)
Main address
one.1) Name and addresses
EP Ballylumford Limited
Ballylumford Islandmagee
Larne
BT40 3RS
Contact
Jessica Barrass
Telephone
+44 7821800510
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
NI026040
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
Utility
one.5) Main activity
Other activity
Utility
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NI Electrical Services
Reference number
EP UKI 158
two.1.2) Main CPV code
- 71314100 - Electrical services
two.1.3) Type of contract
Services
two.1.4) Short description
Electrical Services at EP Ballylumford and EP Kilroot including:
? LV switchgear & LV distribution including final circuits
? Control panels
? Cable installation eg. SWA, screened, fibre optic data
? Cable containment systems eg. ladders, trays, trunkings, conduits etc.
? Fire alarms and fire rated cabling eg. MICC, LSOH
? Interior lighting and emergency lighting including central battery and self-contained battery types
? Exterior street lighting and photocell / timer controls
? Inspection and Testing of Electrical Installations
? Portable appliance testing (PAT)
? Carrying out 3-Phase Motor Disconnect/Reconnects
? Earthing systems
Please email ProcurementNI@epuki.co.uk to express interest. You will be issued with a log in to Wax Digital (e-procurement tool) where you will find the SQ documentation and instructions to submit a proposal
two.1.5) Estimated total value
Value excluding VAT: £404,500
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Larne, Northern Ireland
two.2.4) Description of the procurement
The successful Economic Operator will be responsible for implementing the Client?s policy provision of Electrical Services as listed below at EP Ballylumford and EP Kilroot (the Works). The Works include:
? LV switchgear & LV distribution including final circuits
? Control panels
? Cable installation e.g. SWA, screened, fibre optic, data
? Cable containment systems e.g. ladders, trays, trunkings, conduits etc.
? Fire alarms and fire rated cabling e.g. MICC, LSOH
? Interior lighting and emergency lighting including central battery and self-contained battery types
? Exterior street lighting and photocell / timer controls
? Inspection and Testing of Electrical Installations
? Portable appliance testing (PAT)
? Carrying out 3-Phase Motor Disconnect/Reconnects
? Earthing systems
The Contractor is expected to support the Client with Electrical Services during:
? Planned outage works
? Routine works Breakdown / emergency works
? Ad-hoc works
The successful Economic Operator will manage the entire lifecycle for the above Works ? from planning, mobilisation and execution to de-mobilisation.
Please email: ProcurementNI@epuki.co.uk
to express interest and you will be issued with a log in to Wax Digital (e-procurement tool) where you will find all of the SQ documentation and instructions to submit a proposal
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £404,500
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 December 2021
This contract is subject to renewal
Yes
Description of renewals
minimum initial period of two (2) years, with the option to extend by the respective Client automatically further consecutive periods up to a maximum of four (4) years. Contract value given is for the 2 years initial period.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 August 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
8 September 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 31 December 2021
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please email: ProcurementNI@epuki.co.uk to express interest and you will be issued with a log in to Wax Digital (e-procurement tool) where you will find all of the SQ documentation and instructions to submit a proposal
six.4) Procedures for review
six.4.1) Review body
EP UK Investments Ltd
3175 Century Way, Thorpe Park
Leeds
LS15 8ZB
Telephone
+44 7821800510
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Full details in SQ documents. Please email: ProcurementNI@epuki.co.uk to express interest and you will be issued with a log in to Wax Digital (e-procurement tool) where you will find all of the SQ documentation and instructions to submit a proposal
Indicative Dates:
27th July 2021 Contract Notice dispatched on Find a Tender.
SQ and Statement of Work made available to Economic Operators upon publication
12pm 17th August 2021 SQ Clarification Questions Deadline
12pm GMT on 24th August 2021 SQ Response Submission Deadline
24th August 2021 through to 7th September 2021 Evaluation of SQ Responses
7th September 2021 Notification of outcome of Pre-Qualification Stage delivered to all Economic Operators
Invitation to Negotiate (ITN) Stage
8th September 2021 ITN issued to shortlisted Economic Operators
12pm on 29th September 2021 ITN Clarification Deadline
12pm on 21st September 2021 Initial non scored contract feedback Deadline
29th September 2021 Contract feedback or mark up to be issued
12pm GMT on 20th October ITN Submission Deadline
20th October 2021 through to 27th October 2021 ITN Submission, Evaluation and Clarification
Negotiation Stage (Optional)
October /November 2021 Negotiation Period
November 2021 Notification of successful and unsuccessful tenderers (Standstill letters)
November 2021 Standstill Period commences
December 2021 Contract Signature Date