Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Tunnel Ventilation System Maintenance.

  • First published: 10 February 2017
  • Last modified: 10 February 2017

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
EUROTUNNEL
Authority ID:
AA20061
Publication date:
10 February 2017
Deadline date:
22 February 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Tunnel Ventilation System Maintenance

Large Scale Maintenance in 2017 of 2 ventilation stations, 1 UK and 1 France.

System Overview:

ABB FLAKT design, with the following equipment at each station:

— 2 Main fans, Flakt FPXC 200/100 (390kw, 86m3/s, axial flow, Hydraulically Controlled Variable Pitch Impeller).

— 2 Auxiliary cooling fans.

— 2 Central hydraulic units.

— Associated control panels and instruments.

Works:

The 4 main ventilation fans will be removed from service for overhaul. 1 ventilator will be out of service at a time, each ventilator will be dismantled, and the impeller will be separated from the motor. The impeller and motor will then receive an overhaul and on completion the ventilator will be rebuilt, tested and re-commissioned.

The ventilator must successfully complete a loaded test run before the next ventilator can be taken out of service. Due to our commercial service constraints the test run may be carried out during a night shift or over a weekend.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Eurotunnel

Ashford Road, Kent

Folkestone

CT18 8XX

UK

Tracy MacDonald

+44 1303282762

tracy.macdonald@eurotunnel.com

+44 1303282791




Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
railway services
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
transport — railway
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Tunnel Ventilation System Maintenance.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

UK, Kent and France, Coquelles.



UKJ4

II.1.3)

This notice involves

Unchecked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Tunnel Ventilation System Maintenance

Large Scale Maintenance in 2017 of 2 ventilation stations, 1 UK and 1 France.

System Overview:

ABB FLAKT design, with the following equipment at each station:

— 2 Main fans, Flakt FPXC 200/100 (390kw, 86m3/s, axial flow, Hydraulically Controlled Variable Pitch Impeller).

— 2 Auxiliary cooling fans.

— 2 Central hydraulic units.

— Associated control panels and instruments.

Works:

The 4 main ventilation fans will be removed from service for overhaul. 1 ventilator will be out of service at a time, each ventilator will be dismantled, and the impeller will be separated from the motor. The impeller and motor will then receive an overhaul and on completion the ventilator will be rebuilt, tested and re-commissioned.

The ventilator must successfully complete a loaded test run before the next ventilator can be taken out of service. Due to our commercial service constraints the test run may be carried out during a night shift or over a weekend.

II.1.6)

Common Procurement Vocabulary (CPV)

42521000
42522000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

As stated in the tender documents.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As stated in the tender documents.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Any form acceptable to Eurotunnel.

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Company registration certificate. Please provide corporate structure and details of parent / subsidiary companies if applicable.

III.2.2)

Economic and financial capacity


Evidence of relevant professional risk indemnity insurances;

The presentation of the service providers balance sheets or extracts therefrom, where publication of the balance sheets is required under company law in the country in which the service provider is established;

A statement of the undertakings overall turnover and its turnover in respect of the services to which the proposed contract relates for the previous 3 financial years.




III.2.3)

Technical capacity


Companies organisation chart and statement of service providers average annual man power and number of managerial staff for the past 3 years.

Description of your technical abilities and the technicians or technical bodies involved, whether or not belonging to the service provider, especially those responsible for quality control.

A certified list of the principle services provided in the past 3 years including the value, dates and recipients, public or private, of the services provided;

A statement of the tools, plant or technical equipment available to the service provider for carrying out the service;

A description of the service providers study and research facilities;

A relevant statement relating to the service providers quality, health, safety and environmental policy and copies of the relevant certification;

Accident statistics for the past 3 years (frequency and gravity).




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Checked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 22-02-2017  17:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Each supplier will be required to demonstrate their Technical ability, they must prove that they are competent and have the relevant experience to fulfil the lot(s) that they are bidding for. It is imperative that bidders have the resource and back up of the original manufacturer, this must be proved within the tender response.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 08-02-2017

ANNEX B

Information About Lots

1     Lot 1 — Lead Engineer

1)

Short Description

Lot 1 — Lead Engineer.

2)

Common Procurement Vocabulary (CPV)

42521000
42522000

3)

Quantity or scope

1. The Lead Engineer will have the following responsibilities throughout the project:

— Engineering and Technical responsibility.

— Safety for all people and equipment.

— Reporting to Eurotunnel.

— Act as liaison between all contractors and Eurotunnel.

— Ensuring that there is no interruption to Eurotunnel's rail operation.

— Completing the project to schedule without incident or accident.

2. The Lead Engineer will also:

i) Prior to the start of the LSM:

— Assist in planning and co-ordination.

— Assist in identifying all the spare parts required.

— Assist with arrangements and co-ordination with the other contractors.

— Ensuring each site set up ready for work and that they are equipped properly I.E. tools and facilities.

ii) During the LSM all necessary operations for the following:

— Co-ordinating the dismantle and re-build of each fan.

— Co-ordinating the painting repairs to the fan casings.

— Completing each impeller overhaul.

— Checking and approving each motor overhaul.

— Alignment and re-positioning during the re-build process.

— Balancing and re-commissioning of the fan.

— Checking and calibrating all instrumentation.

— All work on auxiliary equipment; motor cooling system and hydraulic units.

— Ensuring that the additional maintenance to fulfil a normal annual service is completed as detailed in ORF2-3714.

iii) After the LSM:

— Submitting a report in MS word file format (1 file), the report shall cover all technical aspects of each piece of equipment serviced, it must include work completed, equipment condition and recommendations.

3. The Lead Engineer will also coordinate and control the other sub-contractors:

— Sub-contractor for the thermal insulation.

— Sub-contractor for mechanical handing.

— Sub-contractor for motor works.

— Sub-contractor for painting.

4. The Lead Engineer will be:

— Flakt trained and be fully competent to dismantle, re-build and re-commission Flakt FPXC Axial flow fans.

— Experienced and competent in the removal and fitting of Ringspann drives.

— Fluent in English.

The Lead Engineer will be free to supply additional staff to fulfil his obligation.

The Lead Engineer will have full technical responsibility for the project, they must prove that they and their staff are competent and have the relevant experience and qualifications to fulfil the project. It is imperative that bidders have the resource and back up of the original manufacturer; this must also be proven within the tender response.

The Lead Engineer will complete a joint safety plan with Eurotunnel and the other contractors. The safety plan will include but will not necessarily be limited to:

— Details of the main contacts for the project.

— Details of the limits of the work site.

— Details of the access and egress from the site.

— All method statements for each activity.

— All specific and generic risk assessments.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Lot 2 — Acoustic/Thermal Insulation

1)

Short Description

Lot 2 — Acoustic/Thermal Insulation.

2)

Common Procurement Vocabulary (CPV)

42521000
42522000

3)

Quantity or scope

— Prior to works, the removal of the acoustic/thermal insulation from each ventilator.

— On completion of works, the replacement of the acoustic/thermal insulation for each ventilator.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Lot 3 — Mechanical Handling

1)

Short Description

Lot 3 — Mechanical Handling.

2)

Common Procurement Vocabulary (CPV)

42521000
42522000

3)

Quantity or scope

— During the works, to supply manpower and equipment to facilitate the mechanical handling requirements during all phases.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Lot 4 — Remedial painting

1)

Short Description

Lot 4 — Remedial painting.

2)

Common Procurement Vocabulary (CPV)

42521000
42522000

3)

Quantity or scope

— Whilst the ventilator is dismantled, the fan casings and removable sections are to be repainted.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Lot 5 — Motor Overhaul

1)

Short Description

Lot 5 — Motor Overhaul.

2)

Common Procurement Vocabulary (CPV)

42521000
42522000

3)

Quantity or scope

— Overhaul of the main motors in situ including bearing replacement.

— Carrying out any agreed work arising from a motor current analysis report.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
42522000 Non-domestic fans Ventilation equipment
42521000 Smoke-extraction equipment Ventilation equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tracy.macdonald@eurotunnel.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.