II.2.1) Title
Switchgear Replacement Activities Yorkshire
II.2.2) Additional CPV code(s)
31214000
II.2.3) Place of performance
NUTS code:
UKE
Main site or place of performance:
37 switchgear replacement schemes.
II.2.4) Description of the procurement
The work involved in this contract covers the delivery of 37 substation and switchgear replacement schemes in the Yorkshire licence area under work programmes 10 and 76, with associated supplementary programmes including reinforcement and cable replacement. The delivery of the work is expected to start January 2019 and will run through to the end of 2019. All plant and materials required to deliver the schemes will be provided free of charge by Northern Powergrid, excluding sundry items.
The schemes cover a mixture of equipment types within the Northeast and Yorkshire licence areas and will include, but not limited to:
— transformer replacement,
— switchgear replacements,
— LV board replacements,
— installation of UDE’s,
— installation of link boxes,
— HV and LV cable installations,
— decommissioning and removal of obsolete equipment from site.
Further information will be provided within the invitation to tender documentation including full scheme description, relevant network plans and way leave clearance documentation.
For each scheme a fixed price proposal will be requested to complete all the works covered in the scheme description. The fixed price proposal will include, but not be limited to, the following:
— all resources required to complete the works,
— all plant and equipment required to complete the works,
— all excavation work and foundation/plinth construction as required,
— provision of all traffic management and NRASWA requirements,
— special crossings including water courses, major roads etc, if required,
— all ground conditions encountered.
In addition, the fixed price proposal must take into consideration all of the points covered below, however the actual costs for the new equipment to be installed (plant and materials) and the supply and fuelling of generation will be borne by NPg, using NPg’s approved suppliers and therefore these costs will not be part of the proposed fixed price.
II.2.5) Award criteria
Quality criterion: Customer service
/ Weighting: 11 %
Quality criterion: Employee commitment
/ Weighting: 5 %
Quality criterion: Environmental awareness
/ Weighting: 4 %
Quality criterion: Financial strength
/ Weighting: 3 %
Quality criterion: Operational excellence
/ Weighting: 13 %
Quality criterion: Regulatory integrity
/ Weighting: 4 %
Cost criterion: Price
/ Weighting: 55 %
Cost criterion: Terms and conditions
/ Weighting: 5 %
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.1) Title
Switchgear Replacement Lot 2 Northeast
II.2.2) Additional CPV code(s)
31214000
II.2.3) Place of performance
NUTS code:
UKC
Main site or place of performance:
23 Switchgear Replacement schemes in the Northeast.
II.2.4) Description of the procurement
The work involved in this contract covers the delivery of 23 substation and switchgear replacement schemes in the Northeast licence area under work programmes 10 and 76, with associated supplementary programmes including reinforcement and cable replacement. The delivery of the work is expected to start January 2019 and will run through to the end of 2019. All plant and materials required to deliver the schemes will be provided free of charge by Northern Powergrid, excluding sundry items.
The schemes cover a mixture of equipment types within the Northeast and Yorkshire licence areas and will include, but not limited to:
— transformer replacement,
— switchgear replacements,
— LV board replacements,
— installation of UDE’s,
— installation of link boxes,
— HV and LV cable installations,
— decommissioning and removal of obsolete equipment from site.
Further information will be provided within the invitation to tender documentation including full scheme description, relevant network plans and way leave clearance documentation.
For each scheme a fixed price proposal will be requested to complete all the works covered in the scheme description. The fixed price proposal will include, but not be limited to, the following:
— all resources required to complete the works,
— all plant and equipment required to complete the works,
— all excavation work and foundation/plinth construction as required,
— provision of all traffic management and NRASWA requirements,
— special crossings including water courses, major roads etc, if required,
— all ground conditions encountered.
In addition, the fixed price proposal must take into consideration all of the points covered below, however the actual costs for the new equipment to be installed (plant and materials) and the supply and fuelling of generation will be borne by NPg, using NPg’s approved suppliers and therefore these costs will not be part of the proposed fixed price.
II.2.5) Award criteria
Quality criterion: Customer services
/ Weighting: 11 %
Quality criterion: Employee commitment
/ Weighting: 5 %
Quality criterion: Environmental awareness
/ Weighting: 4 %
Quality criterion: Financial strength
/ Weighting: 3 %
Quality criterion: Operational excellence
/ Weighting: 13 %
Quality criterion: Regulatory integrity
/ Weighting: 4 %
Cost criterion: Price
/ Weighting: 55 %
Cost criterion: Terms and conditions
/ Weighting: 5 %
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No