tender for the supply, erection and maintenance of decorative

TENDER FOR THE SUPPLY, ERECTION AND MAINTENANCE OF
DECORATIVE CHRISTMAS LIGHTING 2015 IN HOLYWOOD,
CRAWFORDSBURN AND HELENS BAY
Ards and North Down Borough Council
Town Hall,
The Castle
BANGOR
Co Down, BT20 4BT
-1-
SECTION 1
INSTRUCTIONS AND INFORMATION FOR TENDERERS
-2-
1. INVITATION TO TENDER
Tenders are sought by Ards and North Down Borough Council for the Supply,
Erection and Maintenance of Decorative Christmas Lighting 2015 in Holywood,
Crawfordsburn & Helens Bay.
The Tenderer shall be deemed to have satisfied itself before submitting its tender
as to the accuracy and sufficiency of the rates and prices stated in their tender
which shall (except in so far as is otherwise provided in the Contract) cover all the
Contractor’s obligations under the Contract and the Contractor shall be deemed to
have obtained for itself all necessary information as to risks and any other
circumstances which might reasonably influence or affect the Contractor’s tender.
The Contractor who submits a tender will be held to have by his own independent
observations and enquiries fully informed and satisfied himself as to the nature and
extent and practicability of the works and as to access to the site or building, and all
other points and conditions which can in any way affect the prices upon which this
tender is based.
The prices upon which the tender is based shall include all charges for profit and
transport and cartage and labour and materials and plant and insurance and all other
expenses.
2. SUBMISSION OF TENDER
Tenders should be returned no later than 3pm on Monday 21st September, 2015.
Tenders received after this time will NOT be considered.
Tenders may only be submitted via the https://e-sourcingni.bravosolution.co.uk portal.
If you encounter any difficulties registering on the e-Sourcing NI site or difficulty in
accessing the information quoted, please contact the BravoSolution Supplier Helpdesk
on 0800 368 4850, open Monday to Friday 9am to 6pm.
Tenders submitted by post, fax or email will be rejected.
When tender submissions are made online via the eSourcing NI site, you will receive
confirmation of receipt automatically.
All technical questions relating to the tender should be directed through the secure
messaging area found within the tender to the BUYER.
All technical questions relating to the process of responding and replying to the tender
must be directed to the BravoSolution Supplier Helpdesk (0800 368 4850 open
Monday to Friday 9am to 6pm).
All submissions must be in English and prices in Sterling, exclusive of VAT.
-3-
3. CONTRACT PERIOD
The Contract start date is as detailed in the Specification.
4. CLARIFICATION
Before submitting a tender, clarification should be sought on any points of doubt. The
deadline for receipt of points for clarification is three working days (3pm on
Wednesday 16th September, 2015) before the tender return date and time. During the
tender period requests for clarification cannot be made by telephone or in person,
requests for clarification must be made via the e-Sourcing NI site.
The tenderer will be expected to have satisfied itself that the tender price submitted will
cover all expenses and obligations under the Contract, the Specification and the
Conditions are acceptable, before the tender is submitted.
No claims can
subsequently be made for omissions.
5. WRITTEN ACCEPTANCE
Acceptance by the Council will only be made by written instruction to the successful
Contractor.
6. EXPENSES AND LOSSES
The Council shall not be responsible for, or pay for, any expenses or losses that may
be incurred by any tenderer in preparing their tender proposals. It is the responsibility
of prospective tenderers to obtain for themselves, at their own expense, any additional
information necessary for the preparation of their tenders
7. LOWEST TENDER
The Council is not bound to accept the lowest or any tender or part thereof.
8. CONFIDENTIALITY
Tenderers should treat the tender documents as private and confidential between the
tenderer and the Council. Tenderers should note that the Council shall use the tender
documents for the purposes of evaluation and that the tender documents held will be
destroyed in line with Council disposal schedules.
9. RIGHT TO ISSUE FURTHER INSTRUCTIONS
During the tendering period, the Council reserves the right to make changes to the
Contract Documentation and the tenderer, will without reservation, accept such
changes. Should it be necessary for the Council to amend the tender documentation in
any way, prior to receipt of tenders, all tenderers who have downloaded documents will
be notified simultaneously via the eSourcing NI portal.
-4-
10. PERIOD TENDERS ARE TO BE HELD OPEN
Tenders must remain valid for acceptance for a period of three months from the closing
date for submission of tenders.
11. QUALIFIED TENDERS
Qualification of tenders may result in rejection thereof.
12. SUSTAINABLE
BIODIVERSITY
DEVELOPMENT,
ENVIRONMENTAL
MANAGEMENT
AND
The Council is committed to the principles of Sustainable Development, Environmental
Management and protection of biodiversity. All tenderers should be aware of the
Council’s Sustainability and Environmental Policy and agree to abide within its
principles. Tenders must follow and adhere to any Environmental Management
procedures concerning the provision of goods and services to the Council. The Council
is committed to furthering the conservation of biodiversity and requires tenders to be
mindful of this and where appropriate ensure that goods and services do not adversely
affect local or global biodiversity.
13. ASSÚMPTIONS
Tenderers must not make assumptions the Council have prior knowledge of their
organisation or their service provision. Tenderers will only be evaluated on the
information provided in their response.
14. COMPLIANCE
Tenders must be submitted in accordance with these Instructions to Tenderers. Failure
to comply may result in a Tender being rejected by the Council.
15. EVALUATION CRITERIA
A two stage process will be used to assess tenders.
Tenders will be evaluated using the following criteria and associated weightings.
Please Note:



There are two (2) Lots within this tender
Each Lot will be evaluated separately and therefore separate contractors may
be appointed for each Lot.
Tenderers may apply for either one or both Lots.
-5-
STAGE 1 – SELECTION CRITERIA
Criteria
Weighting
Relevant Contractor Experience
Pass/Fail
Technical Capacity
Pass/Fail
Tenders who provide the Council with the relevant information requested will receive a
pass mark and move on to stage two and their submission will then be evaluated
against the following criteria.
STAGE 2 – AWARD CRITERIA
Criteria
Weighting
Cost
100%
Total
100%
Format of Response
In order to submit your response via eSourcingNI you are required to click 'My
Response' in the menu on the left hand side of the screen and then click ‘Create
Response’ to answer the on line questions and upload attachments where appropriate
within the Qualification, Technical and Commercial Areas. These responses can be
retracted and re-submitted any time before the closing date. Once you have entered
your response and attached all the requested documents, you must click ‘Submit
Response’ in order for your tender to be considered for evaluation.
Organisations must submit plans detailing how and where they will deliver the
requirement taking account of the criteria and requirements specified. To be
considered, each prospective tender must address the following key areas:
(1)
Selection Criteria - Relevant Contractor Experience
Contractors shall supply, within Document B – Relevant Contractor Experience, a list
of 3no similar works carried out within the last 3 years, giving description of these
works with dates and the names and addresses of persons to whom reference can be
made.
-6-
Selection Criteria – Technical Capacity
(2)
Contractors must agree to all areas specified within the Specification. Contractors
must state their agreement to these areas within the Qualification Envelope.
Award Criteria – Cost of Proposal
(3)
LOT 1
Please complete and upload Document C – Supply of Decorative Christmas Lighting.
Tenderers must note that the Council does not bind itself to demanding any minimum
quantity of goods. The quantities supplied by the Council are estimated and are for
information only. No guarantee can be given that any of items listed will be required.
LOT 2
Please complete and upload Document D – Erection and Maintenance of Decorative
Christmas Lighting.
16. LIGHTING EQUIPMENT AND ELECTRICITY CHARGES
The tender is generally for the erection & maintenance of Christmas Lighting. Unless
otherwise indicated, all lighting equipment for these works will be supplied by Ards and
North Down Borough Council, including festoons, garlands, features etc and can be
drawn from their store at 31 Balloo Road, Bangor under the supervision of the
Councils Electrical Superintendent.
The Council will supply, under supervision of the Councils Electrical Superintendent,
some lighting spares such as bulbs, globes etc. for the decorations.
All charges for the supply of electricity in relation to these works will be met by Ards
and North Down Borough Council.
17. QUALIFICATION ENVELOPE
The Qualification envelope includes online questions relating to this project which are
mandatory and are required to be answered. In addition to project specific questions,
there are a number of questions relating to the following;

Form of Tender;

Bribery, Collusion and Canvassing Declaration;

Fair Employment and Treatment (Northern Ireland) Order 1998;

Freedom of Information Statement;

Data Protection;

Conflict of Interest Statement;

Vat Registration;
-7-

Terms and Conditions – Services; and

Confirmations.
The successful tenderer may be required to complete and sign an original copy of the
Form of Tender at the award stage of this competition.
There is a requirement to fully complete all information requested in the Qualification
Envelope. Failure to do so may result in a void tender.
It is important that tenderers take note of Ards and North Down Borough Council’s
‘ANDBC Terms and Conditions – Services’ as found in the Business section of the
Council’s website: www.ardsandnorthdown.gov.uk
You will need to indicate that you agree and accept these Terms and Conditions within
the Qualification Envelope.
18. ASSIGNMENT AND SUBCONTRACTING
As per clause 21 of the Council terms and conditions, which must be agreed to within
the qualification envelope on submission of any tender response, the Contractor shall
not assign, mortgage, charge or otherwise transfer any rights or obligations under this
Contract without the prior written consent of the Council.
The Contractor shall not sub-contract any portion of the Contract without the prior
consent of the Council. Sub-contracting any part of the Contract shall not relieve the
Contractor of any obligation or duty attributable to it under the Contract.
The Contractor shall provide the Council with a list of all personnel engaged by its
subcontractors and any subsequent amendments thereto and shall ensure that all
other requirements of the Council are observed and complied with by any subcontractor.
Where the Council has consented to the placing of sub-contracts, copies of each
subcontract shall be sent by the Contractor to the Council immediately it is issued.
19. PRICE ADJUSTMENT ON EXTENSION OF THE INITIAL CONTRACT PERIOD
The Contract Price shall apply for the Initial Contract Period. In the event that the
Client agrees to extend the Initial Contract Period, the Client shall, in the 6 month
period prior to the expiry of the Initial Contract Period, enter into good faith
negotiations with the Contractor (for a period of not more than 30 Working Days) to
agree a variation in the Contract Price.
If the Parties are unable to agree a variation in the Contract Price, the Contract shall
terminate at the end of the Initial Contract Period.
If a variation in the Contract Price is agreed between the Client and the Contractor, the
revised Contract Price will take effect from the first day of any period of extension and
shall apply during such period of extension.
-8-
Any increase in the Contract Price shall not exceed the percentage change in the
Office of National Statistics’ Consumer Prices Index (CPI) (or another such index
specified in the Pricing Schedule) between the Commencement Date and the date 6
months before the end of the Initial Contract period.
20. PROCUREMENT TIMETABLE
The timetable for procurement is detailed in the table. Whilst every attempt will be
made to adhere to the timetable, delays may occur during the tendering phase. This
timetable cannot be guaranteed and is indicative only. If significant variations occur to
the timescales indicated, the Council will keep tenderers updated using the
eSourcingNI messaging system.
Procurement Activity
LATEST DATE
Publish Advert
9 September 2015
Publish documentation on eSourcingNI
9 September 2015
Closing date for return of Tenders
21 September 2015
Report to Council
28 October 2015
Award Contract
29 October 2015
21. OTHER INFORMATION
Tenderers should note that where quantities are given in this specification, they are
only estimates and shall not be binding on the Council.
Any contracts awarded as a result of this tender competition will be based on the most
economically advantageous offer, which offers Best Value.
Other sites within the Borough may be added to the scope of these works.
The successful supplier will be notified in advance if sites are to be added to the
contract. Any additional sites added to the contract will be charged at the applicable
rates tendered.
PUBLIC REALM SCHEMES
Tenderers should be made aware that Holywood Town Centre is currently in a Public
Realm redevelopment. This work includes alterations to paving and lighting, which will
subsequently affect the final layout of the festive lighting scheme. It is unforeseeable
to determine the exact nature of the scheme that will be available (And which lighting
features that will be active / inactive during the contract duration.), and tenders should
take this into consideration when applying. .
-9-
SECTION 2
TENDER SPECIFICATION
General items
2. Specification for electrical works
3. Specification for installation of decorative lighting components
4. Specification for decoration of Christmas trees
5. Specification for new components
- 10 -
Client Background and Service Requirements
Local Government Reform
The reform of local government has seen the reduction of 26 councils to 11
with an implementation date of 1 April 2015.
The new councils will be stronger, more efficient and will deliver more
effective services. They will be citizen focused, responding to the needs,
aspirations and concerns of their communities. In partnership with others,
they will guide the future development of their areas.
Legislation has been made to define the boundaries of the 11 new local
government districts. It also sets the number, boundaries and names of the
wards into which each district will be divided.
The Local Government Act (Northern Ireland) 2014 is now in place, and
introduces the legislative framework for the new councils.
Functions to transfer from central to local government
The package was agreed by the Executive in April 2013. Powers will transfer
in planning, roads, urban regeneration, community development, housing,
local economic development and local tourism. The transfer will also include
spot listing of buildings and greater involvement of local government in local
sports decisions. Councils will also have a new statutory duty of Community
Planning and the General Power of Competence:
Community planning
This will provide a framework within which Councils, departments, statutory
bodies and other relevant agencies and sectors can work together to develop
and implement a shared vision for promoting the economic, social and
environmental well-being of their area based on effective engagement with the
community.
General Power of Competence
This will enable a council, in broad terms, to act with similar freedom to an
individual, unless there is a law to prevent it from doing so. It would provide a
council with the ability to act in its own interest and to develop innovative
approaches to addressing issues in its area.
Client Background and Reform
The new local authority of Ards and North Down Borough Council (the
Council) has existed in shadow form since the elections of May 2014 and has
assumed full responsibility from 1 April 2015 for the delivery of services and
functions of two legacy councils (Ards Borough Council and North Down
Borough Council), along with other functions transferring from central
government. This may result in a review of this service across the new
borough.
- 11 -
Further information about the Council can be found on the Council’s website
at http://www.ardsandnorthdown.gov.uk
Range of Services
The Council engages in the usual range of Local Authority activities including
Leisure Services, Community Services, Parks and Open Spaces, Tourism,
Cultural Facilities, Refuse Collection, Street Cleansing, Environmental
Health/Technical, Registration of Deaths, Births and Marriages, Burial
Grounds, Public Conveniences, Administration, Employment, Finance,
Economic Development and Planning/Building Control amongst others. It is
envisaged that these services will be expanded to incorporate other Central
Government functions under the Review of Public Administration and Local
Government Reform e.g. planning – covering local Development Plan
functions, development management and enforcement, Local Roads, Public
Realm, Rural Development, Urban Regeneration and Community Planning,
and Local Economic Development.
- 12 -
BRIEF DESCRIPTION OF WORKS
This tender is for supply of works and materials necessary to complete the
inspection, installation, maintenance and removal at the end of the festive
season, all of the festoon lighting and associated equipment in Holywood,
Crawfordsburn and Helens Bay.
The work includes:
 Inspection and repair of lighting equipment.
 Works to place festoons and garlanding to street lighting.
 Works to install all festive features.
 Works as to decorate Holywood’s Christmas trees.
 Supply of components as listed.
Locations
The works shall be undertaken at various locations throughout Holywood including:
High St.
Shore Rd.
Church Rd.
Hibernia St.
Downshire Rd.
Holywood Bypass
Sullivan Place
Bangor Rd.
Main Street Crawfordsburn
Station Square Helens Bay
DATE FOR ERECTION OF
CHRISTMAS LIGHTING:
COMPLETE SYSTEM BY NOT
LATER THAN 27th NOVEMBER 2015
SWITCHING ON CEREMONY:
SATURDAY 28th NOVEMBER 2015
TERMINATION OF LIGHTING:
MONDAY 11th JANUARY 2016
DISMANTLING OF EQUIPMENT: TO BE COMPLETED BY NOT LATER THAN
MONDAY 18th JANUARY 2016
STORAGE OF EQUIPMENT:
ALL EQUIPMENT TO BE RETURNED TO
THE ELECTRICAL SUPERINTENDENT,
MAINTENANCE DEPOT, 31 BALLOO ROAD,
BANGOR
INSURANCES:
INSURANCE AGAINST DAMAGE TO
PERSONS OR PROPERTY FOR ANY ONE
OCCURRENCE OR SERIES OF
OCCURRENCES ARISING OUT OF ANY
ONE EVENT £10,000,000 [MINIMUM]
- 13 -
There are two Lots within this Tender.
Tenderers may apply for either Lot or both of the TWO Lots. Each LOT will be
evaluated separately and therefore separate contractors may be
appointed for each Lot.
Tenderers must indicate which Lot(s) you wish to be considered for within the
Qualification Envelope on eSourcingNI.
- 14 -
SECTION 1: SPECIFICATION GENERAL ITEMS
Site Visits.

The contractor is strongly advised to visit the locations shown and fully inform
himself as to the nature and extent of the works.

Access to the existing equipment must be arranged by contacting Mr K. Bailie,
Electrical Superintendent on 028 9127 0371 ext 40475.
Approval of Completed Works
The contractor should note that at any time during or following completion the works
are liable to inspection by the Councils Electrical Superintendent.
Weather Proofing


The contractor should note that the equipment is being installed in exposed
locations, liable to the effects of wind and weather and the fixings used to erect it
must be capable of safely supporting its weight and loading stresses in all
weather conditions.
Every effort will be made to ensure the electrical equipment is weather proofed
against ingress of moisture. The contractor will be held responsible for damage to
any equipment caused by ingress of rain or moisture vapour.
Traffic Control Measures.


The contractor shall liase with the local PSNI. traffic section prior to undertaking
the works, complying with any requirements stated by them.
No special arrangement has been made for traffic control and the contractor must
provide all signage and other equipment necessary to comply with DoE
requirements.
Post Tender Report.





The contractor shall submit with his invoice a post tender report which shall
contain the information requested in the various sections of the specification.
The report shall be presented in a clear, concise form, in A4 format with clearly
labelled sections diagrams etc.
The report shall list accurately the numbers of each item of equipment erected,
the location of its installation and any points of note concerning its erection.
Generally the required information relates to the condition, state of repair,
durability and need for replacement of equipment.
The report shall also include original signed copies any equipment erection
permits obtained by the contractor during the works.
- 15 -

The report shall include information obtained from pre installation inspection, any
items or issues raised during installation and further findings of inspection during
removal.
Health and Safety
The successful contractor will be required to supply a suitable risk assessment and
safe working method before starting the works.
The method statement will give consideration to the various risks within the works
and set out clear methods for avoiding injury to operatives, the public or property.
Items to consider include:





Working at height
Working with electrical equipment, cabling and supplies
Working on or adjacent to public roads.
Working with lifting equipment/ hoists.
Manual handling of equipment.
- 16 -
SECTION 2: SPECIFICATION FOR ELECTRICAL WORKS
Generally
The contractor shall liase fully with the Council's Electrical Superintendent during the
execution of these works ensuring all items are undertaken to his satisfaction.

Any contractor undertaking these works must be registered as a member with the
National Inspection Council for Electrical Installation Contracting [NICEIC].

Contractor must be available to start work immediately on receipt of official order.

The works must be carried out strictly in accordance with the 17th Edition of the
Institute of Electrical Engineer’s Regulations.

The successful tenderer must obtain prior approval from DRD Roads Service
Street Lighting Division before any connection to their street lighting columns can
be made.

All Works to Code of Practice CP-1 The Installation and Operation of festive
decorations on, along or above a road or Footway DRD Road Service latest
revision.
- 17 -
SECTION 3: SPECIFICATION FOR INSTALLATION OF
DECORATIVE CHRISTMAS LIGHTING EQUIPMENT
Inspection of Equipment





The contractor shall thoroughly inspect the equipment prior to erection. This
inspection shall take place at the Councils Balloo Depot.
During inspection the contractor shall electrically test the equipment and replace
any failed or broken components.
Any damaged globes shall also be replaced.
Catenary cabling shall also be inspected and any frayed or damaged cabling
replaced.
Following this inspection & agreement with the Ards and North Down Borough
Council Electrical Superintendant a detailed report on the condition and state of
repair of the equipment shall be prepared by the contractor for inclusion in the
post tender report
Fixing of Equipment




All lighting columns shall be protected from the transformer by means of rubber
sheeting or similar material
Transformers shall be fixed to predrilled steel lighting columns using ‘Vulcanova’
or similar approved tape and stainless steel straps.
Pole mounted features shall be fixed to steel lighting columns using ‘Vulcanova’
or similar approved tape and stainless steel straps.
Festoon light strings shall be supported on catenary cables securely anchored to
external face of buildings with suitable masonry hooks.
All erected equipment must comply with the DoE guidelines on positioning, see the
diagram included in the appendices.
All equipment shall be protected against rain penetration into electrical components.
- 18 -
REPAIR OF INSTALLED EQUIPMENT
The contractor shall be responsible for the re-fixing into position any equipment
which becomes dislodged by action of inclement weather and must make himself
available on a 24 hour basis during the time the equipment is erected for emergency
repair.
Any such repair must be carried out within 12 hours of the item being reported.
Removal of Equipment
The contractor shall allow for careful removal of the equipment and its preparation
for storage at the Councils depot. The equipment shall undergo the following pre
storage work.
 Each item shall be carefully removed and cleaned as necessary. All cabling shall
be wrapped and taped into suitably sized coils. Large items shall be dismantled
as necessary and the pieces tied or taped together.
 Prepared items shall be clearly labelled with suitable tie on labels stating clearly
1. The type of equipment. Garland, festoon etc.
2. The street and town from which it was removed.
 The transformer running this equipment will then be marked or labelled with a
suitable indelible marking identifying it as part of a particular festoon string or
feature.
 Upon removal of the equipment the contractor shall note any specific information
relating to the equipment’s performance, condition and fitting, this information
being included in the post tender report.
 The removed and labelled equipment shall be returned to the Council's Balloo
Road Depot for storage. The equipment shall be stored in separate Bangor and
Holywood areas.
SPECIFICATION FOR THE SUPPLY AND INSTALLATION OF
RESIDUAL CIRCUIT BREAKER WITH OVER CURRENT
PROTECTION (RCBO)





RCBO to be 30mA/6A as MEM or similar approved.
Drill 20mm hole at appropriate height in Street Lighting Column.
Paint drilled opening with Galvafroid Zinc coating.
Fit TRS gland.
Supply and install 1.5mm 3 core flex and IP67 socket and plug.
- 19 -
Health and Safety
The successful contractor will be required to supply a suitable risk assessment and
safe working method before starting the works.
The method statement will give consideration to the various risks within the works
and set out clear methods for avoiding injury to operatives, the public or property.
Items to consider include:
 Working at height
 Working with electrical equipment, cabling and supplies
 Working on or adjacent to public roads.
 Working with lifting equipment/ hoists.
 Manual handling of equipment.
- 20 -
SECTION 4: ERECTION AND DECORATION OF CHRISTMAS
TREES
Generally


A provisional bill has been included in this tender. The decision to undertake this
work is wholly at the discretion of the Director of Environment.
The supply and erection of Trees will be by others. The trees to be decorated will
be in the region of 10m to 12m
Lighting






The lighting for the trees is to be the Councils existing low voltage ‘Lumisphere’
lighting.
The festoon cables shall be checked prior to fitting to the tree and any failed
bulbs or damaged globes replaced.
Inspected festoons shall be fixed to the tree using plastic cable ties, securely
tightened and with ends neatly clipped.
Festoons shall be evenly spaced over the trees surface with approximately 250 to
300 number lamps per 5m height of tree.
The number of lamps may be reduced with the reduction in area of the tree
towards the top, however, the average number of lamps must be maintained by
use of the ‘spare’ lamps at the trees base.
The contractor shall allow for all materials and labour for connection of the
lighting to power supplies, including connection of transformers and control gear,
and securing the equipment against the effects of inclement weather. All
equipment to be neatly and securely fixed to the base of the tree it serves.
- 21 -
SECTION 5: SPECIFICATION FOR REPLACEMENT COMPONENTS
Generally
The replacement components specified are small ‘consumable’ items replaced
during pre-erection inspections. These shall consist of globes, bulbs and other
components specified.
The replacement items are for repair to specific existing equipment. Any component
supplied must be suitable as a direct replacement for the existing equipment.
Prices shall include for delivery to the Council's depot at Balloo Rd. Bangor.
Lumisphere Equipment.
Replacement parts shall be for Lumisphere TH12 low voltage system manufactured
by:
Lumisphere Products Limited
Or similar approved
- 22 -
BILL OF QUANTITIES
AND
BILL OF RATES
- 23 -
PREAMBLE TO BILL OF QUANTITIES

CONTINGENCY SUM
The contingency sum listed in the summation page will only be expended at the
Council Technical Officers written request.
SPECIAL REQUIREMENTS IN RELATION TO THE NORTHERN IRELAND
ELECTRICITY SERVICE FOR WORK IN THE VICINITY OF TRANSMISSION AND
DISTRIBUTION EQUIPMENT
1.
To avoid grave danger to persons working, or persons operating mechanical
equipment, in close proximity to live overhead high and low voltage power lines
and high and low voltage underground cables, and any other electrical
equipment and persons working in the vicinity of such power lines, cables and
equipment, the Contractor shall at all times be responsible for ensuring the
safety of and shall do anything necessary to secure the safety of all persons
engaged in the execution of works under this Contract, and also for ensuring
the safety of all persons upon or in the vicinity of the execution of work [whether
upon the Site or elsewhere] in or in connection with the performance of this
Contract. The Contractor shall in particular draw the attention of persons
operating mechanical equipment to the existence and location of such power
lines, cables and electrical equipment by all possible methods, including the
reaction of warning signs, notices and devices designed to make safe the
operation of such equipment, and to ensure that operators of such equipment
are award of, and constantly reminded of the presence of such lines, cables
and electrical equipment
2.
A Contractor when tendering will be deemed to have knowledge of:[a]
the location, route and safe working area adjacent to any overhead
power lines;
[b]
the ordnance datum, height, location, route and depth below existing
ground level of any underground cables; and
[c]
the nature and position of any other electrical equipment passing
through, under, over, on, or in proximity to the Works, and shall be
deemed to have obtained all necessary information relating to such
power lines, cables and other electrical equipment from Northern Ireland
Electricity, hereinafter called “the Service”.
3.
The Contractor shall ensure that no person, mechanical equipment or other
thing is or comes within:[a]
the relevant minimum clearances from the live conductors as set out in
the table below; and such clearances shall be measured from the live
conductors, after taking into account variations in the vertical and
horizontal position of the conductors which may occur due to
atmospheric and loading conditions.
The Contractor must ascertain from the Services and limits of the safe
working area adjacent to any overhead power lines.
- 24 -
______________________________________
LINE
MINIMUM CLEARANCES
VOLTAGE
HORIZONTAL
VERTICAL
[FT]
[M]
[FT]
[M]
275,000
20
6.1
15
4.6
110,000
20
6.1
15
4.6
33,000
15
4.6
10
3.0
11,000
15
4.6
10
3.0
230/400
15
4.6
10
3.0
_____________________________________
and
[b]
4.
such clearances from any underground cables and/’or electrical
equipment as the Service may require and shall ascertain such
clearance from the Service.
Overhead lines, underground cables and other electrical equipment may have
to be altered or moved, and when necessary such alteration or moving of
equipment will be carried out by the Service.
[a]
at the Employer’s request and expense to give the necessary Statutory
Clearances to the completed works, and in such case the Employer will
inform the Contractor of any such proposed alteration of the position of
such lines, cables or equipment, and will inform the Contractor of the
completion of such alterations;
or
[b]
5.
at the Contractor’s request to give increased clearances or deviation the
course of any lien or cable, and any such alterations or deviation, and
any necessary reinstatement shall be at the Contractor’[s expense, and
it shall be the Contractor’s responsibility to determine whether or not
such alterations are necessary that such alterations have been carried
out.
No work shall be done inside the said working areas specified in paragraph 3[a]
or within the relevant clearances required under paragraph 3[b] unless the
appropriate lines, cables and equipment have been made dead by the Service.
It must be fully understood that it may not always be practicable to tender dead
such lines, cables and equipment. The Contractor shall be responsible for
making such arrangement for the rendering dead, where practicable, of any
line, cable and equipment by the Service and the Contractor shall, not less than
seven days before he desires to commence work within the said relevant
clearances, make to the Service his request for any such lien, cable and
equipment to be done under and strictly in accordance with the provisions of a
permit-to-work issued to the Contractor by an Engineer of the Service
authorised by the Service to issue such permit-to-work. It must be understood
that the Contractor may have to arrange his programme of work to suit the
requirements of the Service as to the time or times at and during which such
lines, cables and equipment will be rendered dead. The Contractor shall be
- 25 -
responsible for any charge made or expense incurred by the Service for or in
connection with or ;in consequence of rendering dead, and returning to service
any lines, cables and equipment made dead for the purposes of the work
referred to in this paragraph.
6.
All persons who may require to work upon the construction, maintenance,
alteration or repair of power lines, underground cables and other electrical
equipment, or on any other work related thereto for the Service shall be
afforded all the facilities necessary for such work by the Contractor and his
workmen.
7.
The Contractor shall not either upon lands specified in the Contract or
elsewhere in connection with the preparation for or execution of the Works,
without prior agreement, in writing, of the Service, allow any buildings or spoil
heaps to be erected or anything to be placed within 50 ft./15.3 m of overhead
lines, underground cables or other electrical equipment.
SPECIAL REQUIREMENTS IN RELATION TO DRD ROADS SERVICE – CODE OF
PRACTICE FOR THE INSTALLATION AND OPERATION OF FESTIVE
DECORATIONS ON, ALONG, OR ABOVE A ROAD OR FOOTWAY
1.
All work to comply with Code of Practice (CP-1), 2010 REVISION
- 26 -
SPECIAL REQUIREMENTS IN RELATION TO BRITISH TELECOM
1. Before commencing any work or moving heavy plant or equipment over any
portion of the site, the Contractor shall confirm details of British Telecom
underground plant within the site, with the appropriate Telephone Manager.
2. Where such details show that the Contractor’s work or the movement of plant or
equipment may endanger the British Telecom plant, the Contractor must give the
Telephone Manager at least one week’s notice of the date on which it is intended
to commence such work or movement of plant and equipment in order that the
presence of buried plant can be indicated by markers to be supplied by British
Telecom, and placed by the Contractor under the supervision of a British
Telecom representative. The Contractor shall ensure that British Telecom plant
is protected from damage.
3. In the event of a British Telecom marker being disturbed for any reason it shall
not be replaced other than in the exact position, and to its former depth unless
the repositioning is carried out at the direction, and under the supervision of a
British Telecom representative.
4. The above requirements do not relieve the Contractor of any of his obligations
under the Contract.
- 27 -