loading
  • GB-PA1 1AR Paisley
  • 06.02.2017
  • Ausschreibung
  • (ID 2-253134)

Energy Efficiency Contractors


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.02.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Energieplanung/ -beratung
    Sprache Englisch
    Aufgabe
    Framework for Energy Efficiency Contractors including, but not limited to energy assessors (Energy Performance Certificates), building fabric works (various insulation works and replacement windows and doors) and heating and micro-generation works (replacement boilers, heating controls, heat pumps, biomass boilers and solar panels).
    It is envisaged that a large proportion of the works will be required in order to meet councils obligations under two major programmes, namely the Energy Efficiency Standard for Social Housing and the Home Energy Efficiency Programme for Scotland: Area Based Scheme.
    It is likely that councils will require contractors to source funding to support measures delivered under these schemes through sources such as the Energy Company Obligation and that the council will only act as a funder for certain works and the contractor may be required to enter into contracts with others including private householders or proprietors or owners to carry out the works.
    Leistungsumfang
    Installation of heating and micro generation energy efficiency measures including but not limited to sas boiler and heating systems, installation of heating controls, electric storage heaters, air and ground source heat pumps, biomass boilers, solar panels and non-domestic heating/hot water optimisation systems.
    Adresse des Bauherren UK-PA1 1AR Paisley
    TED Dokumenten-Nr. 8090-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Paisley: Building installation work

      2017/S 006-008090

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Scotland Excel
      Renfrewshire House, Cotton Street
      Paisley
      PA1 1AR
      United Kingdom
      Telephone: +44 3003001200
      E-mail: MTlaZmVqa2lsWmtgZmU3alpma2NYZVskXG9aXGMlZmleJWxi
      Fax: +44 1416187423
      NUTS code: UKM35

      Internet address(es):

      Main address: http://www.scotland-excel.org.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Energy Efficiency Contractors.

       

      Reference number: 09-13
      II.1.2)Main CPV code
      45300000
      II.1.3)Type of contract
      Works
      II.1.4)Short description:

       

      Framework for Energy Efficiency Contractors including, but not limited to energy assessors (Energy Performance Certificates), building fabric works (various insulation works and replacement windows and doors) and heating and micro-generation works (replacement boilers, heating controls, heat pumps, biomass boilers and solar panels).

      It is envisaged that a large proportion of the works will be required in order to meet councils obligations under two major programmes, namely the Energy Efficiency Standard for Social Housing and the Home Energy Efficiency Programme for Scotland: Area Based Scheme.

      It is likely that councils will require contractors to source funding to support measures delivered under these schemes through sources such as the Energy Company Obligation and that the council will only act as a funder for certain works and the contractor may be required to enter into contracts with others including private householders or proprietors or owners to carry out the works.

       

      II.1.5)Estimated total value
      Value excluding VAT: 800 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Energy Assessors

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71314300
      II.2.3)Place of performance
      NUTS code: UKM
      Main site or place of performance:

       

      Locations throughout Scotland.

       

      II.2.4)Description of the procurement:

       

      The services include survey and provision of domestic and non-domestic energy performance certificates and related services.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Technical / Weighting: 40
      Cost criterion - Name: Commercial / Weighting: 60
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Framework is for an initial period of 24 months from award with the option to extend for up to a further 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Building Fabric Measures

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      45320000
      45321000
      45421100
      II.2.3)Place of performance
      NUTS code: UKM
      Main site or place of performance:

       

      Various locations throughout Scotland.

       

      II.2.4)Description of the procurement:

       

      Installation works incorporating various building fabric energy efficiency measures including but not limited to external, internal and cavity wall insulation, loft and room in roof insulation, floor insulation, flat roof insulation and energy efficient windows and doors.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Technical / Weighting: 40
      Cost criterion - Name: Commercial / Weighting: 60
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      The framework is for an initial period of 24 months with and option to extend for up to a further 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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.2.14)Additional information
      II.2)Description
      II.2.1)Title:

       

      Heating and Micro Generation Measures

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      45331110
      45261215
      45331100
      45331000
      II.2.3)Place of performance
      NUTS code: UKM
      Main site or place of performance:

       

      Various locations throughout Scotland.

       

      II.2.4)Description of the procurement:

       

      Installation of heating and micro generation energy efficiency measures including but not limited to sas boiler and heating systems, installation of heating controls, electric storage heaters, air and ground source heat pumps, biomass boilers, solar panels and non-domestic heating/hot water optimisation systems.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Technical / Weighting: 40
      Cost criterion - Name: Commercial / Weighting: 60
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      The framework is for an initial period of 24 months with an option to extend for up to a further 24 months.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      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.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Insurance requirements

      Other economic or financial requirements.

       

      Minimum level(s) of standards possibly required:

       

      It is a requirement of this contract that bidders provide, or can commit to provide prior to the award of any subsequent contract,

      the types and levels of insurance indicated below:

      Lot 1 — Energy Assessors.

      Employer's Liability — minimum limit of 5 000 000 GBP each occurrence.

      Public Liability — minimum limit of 2 000 000 GBP each occurrence.

      Motor — minimum limit of 5 000 000 GBP each occurrence in respect of third party property damage; unlimited in respect of injury.

      Professional Indemnity — minimum limit of 1 000 000 GBP each occurrence or in the aggregate; where in the aggregate the policy to provide for a minimum of one automatic reinstatement of the limit in any one insurance period. Cover to be maintained for 12 years following completion of the contract.

      Lot 2 — Building fabric measures

      Employer's Liability — minimum limit of 5 000 000 GBP each occurrence.

      Public / Products Liability — minimum limit of 5 000 000 GBP each occurrence, and in the aggregate in respect of Products. Cover to be maintained for 1 year following completion of the contract.

      Motor — minimum limit of 5 000 000 GBP each occurrence in respect of third party property damage; unlimited in respect of injury.

      Lot 3 — Heating and micro generation measures.

      Employer's Liability — minimum limit of 5 000 000 GBP each occurrence.

      Public Liability — minimum limit of 2 000 000 GBP each occurrence.

      Motor — minimum limit of 5 000 000 GBP each occurrence in respect of third party property damage; unlimited in respect of injury.

      Professional Indemnity — minimum limit of 1 000 000 GBP each occurrence or in the aggregate; where in the aggregate the policy to provide for a minimum of one automatic reinstatement of the limit in any one insurance period. Cover to be maintained for 12 years following completion of the contract.

      A search of the bidder against Equifax's Protect will not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code. The bidder confirms that if such a code is returned it can provide any other document which Scotland Excel considers appropriate to prove the bidder does / would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Quality Management Procedures.

      Health and Safety Procedures.

      Health and Safety Breach.

      Environmental Management Standards.

      Relevant Examples of Previous Work and/or Services.

      Technicians or technical bodies.

      Education and Professional Qualifications.

      Quality Assurance Schemes.

      Samples, Descriptions, Photographs and Certifications of Authenticity.

       

      Minimum level(s) of standards possibly required:

       

      Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the ‘Energy Efficiency Contractors 0913 — 1. Information and Instructions for Tenderers’ attachment, which can be found in the Buyer Attachments area, within ITT15952 of project 7313, the tender for Energy Efficiency Contractors available through the PCS-Tender system.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.2)Contract performance conditions:
      III.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 IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 06/02/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 5 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 06/02/2017
      Local time: 12:00
      Place:

       

      Scotland Excel Offices, Cotton Street, Paisley, PA1 1AR.

       

      Information about authorised persons and opening procedure:

       

      Scotland Excel Officers and Members.

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      A tender system user briefing will take place at 14:30 on 12.1.2017 at Scotland Excel Offices in Paisley. This briefing will provide guidance on how to register for, access, complete and submit the electronic Tender Documents through the Public Contracts Scotland Tender System. The briefing will not cover the content of the tender itself,questions relating to the content of the tender must be submitted through the tender query message board. If you would like to attend the briefing please send an email to MTJhbWxxcnBzYXJnbWw+cWFtcmpfbGIrY3ZhY2osbXBlLHNp with your contact details for further instructions. The briefing should last approximately one-two hours. Slides will be made available within PCST following the session.

      I.2) Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and successor bodies):

      a) The 32 local authorities in Scotland listed at http://www.scotland-excel.org.uk/home/aboutus/Ourmembers/Our Members.aspx

      b) Scotland Excel associate members.

      c) any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014.

      d) any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator at http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.

      The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.

      IV.1.3) Tenderers are advised that the anticipated number of awarded suppliers is set out in the document ‘Energy Efficiency Contractors 0913 — 1. Information and Instructions for Tenderers’ in the Buyers Attachment Area within ITT15952 of project7313, the tender for Energy Efficiency Contractors available through the PCS-Tender system, however, this number is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the envisaged maximum number to the proposed Framework Agreement.

      VI.2) Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member Authority or Associate Member which will be detailed by them during call-off of a contract, in accordance with the conditions of contract for call-off contracts, under this proposed Framework Agreement.

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7313. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      The Contracting Authority does not intend to include a sub-contract clause in this contract for the following reason:

      Scotland Excel considers that it would be inappropriate and impractical to include such a clause in a framework agreement generally requiring the advertising of subcontracts.

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      Community Benefit Requirements: In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that, Scotland Excel intends to seek community benefit requirements in the contractual terms of this proposed framework agreement and contracts called-off thereunder which may include (without limitation): Employment, Education and Training — Employment opportunities for young people, the unemployed or those from a disadvantaged group; educational, work experience and training initiatives with schools, further and higher education.

      Supply Chain Subcontracting for local SMEs, the third sector or supported businesses or activities aimed at enhancing the capabilities of SMEs, the third sector or supported businesses.

      Please refer to procurement documents for more particular details of the community benefit that Scotland Excel intends to seek.

      (SC Ref:472711).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Please see guidance at VI.4.3 below
      Please see guidance at VI.4.3 below
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland).

      Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      06/01/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 10.01.2017
Zuletzt aktualisiert 10.01.2017
Wettbewerbs-ID 2-253134 Status Kostenpflichtig
Seitenaufrufe 40