loading
  • GB-CH2 1UL Chester
  • 10.03.2017
  • Ausschreibung
  • (ID 2-254818)

Framework Agreement to Supply Carbon and Energy Infrastructure Upgrades Across the Public Sector in Ireland


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 10.03.2017, 10:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Gesundheitswesen
    Art der Leistung Bauleistung / allgemeine Beratungsleistungen / Energieplanung/ -beratung / Projektsteuerung / Thermische Bauphysik / Technische Ausrüstung / Objektplanung Gebäude
    Sprache Englisch
    Aufgabe
    This opportunity seeks to establish a framework agreement for capable suppliers to provide low carbon energy efficient infrastructure services, improvements and upgrades to existing or new publicly funded health facilities in Ireland. These upgrades should offer client public bodies guaranteed reduced running costs, reduced energy consumption and reduced carbon emissions. Proposals should guarantee minimum levels of savings over the period of each contract let under the framework which may be for 15 to 30 years long (after installation), or the life of the plant installed. This framework agreement will be available for use by the entire Irish public sector. Please see the Invitation to Tender Document for further details.
    Leistungsumfang
    The Countess of Chester Hospital NHS Foundation Trust (COCH) and its partner the Carbon and Energy Fund Ltd seek to procure and manage a framework of capable contractors to upgrade carbon and energy infrastructure and services to the public sector in Ireland, which member hospitals intend to use under an intergovernmental partnership for Community Health Organisations (CHO) and voluntary hospitals and hospital groups and their estate, This OJEU seeks to establish that framework. See www.carbonandenergyfund.net for information of how the corresponding framework works in the UK. Framework bidders will be invited to offer Contracting Authorities infrastructural upgrades and services that include guaranteed reduced running costs, reduced energy consumption and reduced carbon emissions plus the management those assets and services for the duration of the contract which may be 15 to 30 years (after installation) or the life of the plant. Management of assets refers to the bidder taking all the risks and costs relating to the provision of all services including design, procurement, commissioning, operation, lifecycling and continued guaranteed performance of the installation using the bidders staff, contractors, or in some circumstances those of the Contracting Authority as may be agreed in the contract. Infrastructure improvements or upgrades bid may include combined heat and power, boilers (steam LTHW or MTHW), district heating or cooling, heat recovery, chilling, heat pumps, fuel cells, chillers, air handling, controls, solar PV, lighting, insulation (roof, pipes, building, cladding or related), glazing, water savings, water abstraction, effluent treatment, waste to energy, pyrolysis, clinical waste destruction or conversion, processing or removal, biomass, biofuel, biogas, grid reinforcement, electrical (HV, MV and LV) improvements (demand reduction, re-profiling, generation, aggregation, co-generation, tri-generation, wind generation, standby generation), private wire, virtual power station, load or power management, gas supplies (natural, anaerobic digestion or biogas, on or attached to the national grid or not) technology to change or improve maintenance or lifecycling arrangements, medical or paramedical, records systems, building management, BMS, maintenance management, preventative maintenance, soft facilities management, electric or hybrid vehicles, vehicle charging, vehicle maintenance, medical equipment charging or improvements, transfer of staff, subcontracts or subcontractors and any related technologies or services that are relevant. In many cases the selected supplier may be expected to take over existing energy facilities building/ boiler house or plant rooms relevant to the project, sometimes under license and sometimes under a simple lease, for the operational period of the contract. In some cases the contract may include the construction or modification of existing buildings or structures associated with the delivery of services. Details of the site, energy usage and the existing installation will be set out in the memorandum of information for each project, and bidders will be encouraged to attend the site to fully investigate the existing plant plus cost and plan their bids. Bids may be supported by variant bids going beyond any core proposal included in the project documentation, to cover additional operation and maintenance of existing plant, facilities management services and equipment as makes sense. In this way bidders are encouraged to produce the best bid they can using all the available resources or skills they may possess. It is normal that all bids are in many ways unique and the CEF evaluation methodology will include the way to fairly evaluate different bids and variants. The contracting authority may accept consortia onto the framework if required in order to get the correct skill and experience mix.
    Adresse des Bauherren UK-CH2 1UL Chester
    TED Dokumenten-Nr. 35480-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Chester: Energy and related services

      2017/S 021-035480

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Countess of Chester Hospital NHS Foundation Trust
      Liverpool Road
      Chester
      CH2 1UL
      United Kingdom
      Telephone: +44 1244365143
      E-mail: MjExYVZqZ1pjXWpcXVpoJjVjXWgjY1pp
      NUTS code: UK

      Internet address(es):

      Main address: www.coch-cps.co.uk

      I.1)Name and addresses
      This framework agreement will be for use by all Public Sector Bodies in Ireland
      As detailed in the Register of Public Sector Bodies in Ireland
      Ireland
      Ireland
      Contact person: Information on public sector bodies can be found at the URL and email address below
      E-mail: MTNrZXBsPWVwYitmYg==
      NUTS code: IE

      Internet address(es):

      Main address: http://www.cso.ie/en/surveysandmethodology/nationalaccounts/classificationdecisions/registerofpublicsectorbodiesinireland/

      I.2)Joint procurement
      The contract involves joint procurement
      In the case of joint procurement involving different countries, state applicable national procurement law:

       

      The EU Procurement Directive 2014/24/EU of the European Parliament and of The Council applies in the UK and Ireland. As a UK contracting authority is letting this framework, the transposition into Public Contracts Regulations 2015 will apply.

       

      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: www.nhssourcing.co.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.nhssourcing.co.uk
      Tenders or requests to participate must be submitted to the abovementioned address
      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:

       

      Framework Agreement to Supply Carbon and Energy Infrastructure Upgrades Across the Public Sector in Ireland.

       

      Reference number: F/037/CEFI/16/CP
      II.1.2)Main CPV code
      71314000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      This opportunity seeks to establish a framework agreement for capable suppliers to provide low carbon energy efficient infrastructure services, improvements and upgrades to existing or new publicly funded health facilities in Ireland. These upgrades should offer client public bodies guaranteed reduced running costs, reduced energy consumption and reduced carbon emissions. Proposals should guarantee minimum levels of savings over the period of each contract let under the framework which may be for 15 to 30 years long (after installation), or the life of the plant installed. This framework agreement will be available for use by the entire Irish public sector. Please see the Invitation to Tender Document for further details.

       

      II.1.5)Estimated total value
      Value excluding VAT: 100 000 000.00 EUR
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      09300000
      65400000
      45251000
      45300000
      71315000
      71313000
      71312000
      66000000
      71314300
      51100000
      71314310
      71314200
      45200000
      50700000
      71320000
      31527260
      45315300
      31682000
      II.2.3)Place of performance
      NUTS code: IE
      Main site or place of performance:

       

      This Framework Agreement for use by the whole Irish public sector including the public sector organisations identified in 2015 Register of Public Sector Bodies. http://bit.ly/2eDaNvc

       

      II.2.4)Description of the procurement:

       

      The Countess of Chester Hospital NHS Foundation Trust (COCH) and its partner the Carbon and Energy Fund Ltd seek to procure and manage a framework of capable contractors to upgrade carbon and energy infrastructure and services to the public sector in Ireland, which member hospitals intend to use under an intergovernmental partnership for Community Health Organisations (CHO) and voluntary hospitals and hospital groups and their estate, This OJEU seeks to establish that framework. See www.carbonandenergyfund.net for information of how the corresponding framework works in the UK. Framework bidders will be invited to offer Contracting Authorities infrastructural upgrades and services that include guaranteed reduced running costs, reduced energy consumption and reduced carbon emissions plus the management those assets and services for the duration of the contract which may be 15 to 30 years (after installation) or the life of the plant. Management of assets refers to the bidder taking all the risks and costs relating to the provision of all services including design, procurement, commissioning, operation, lifecycling and continued guaranteed performance of the installation using the bidders staff, contractors, or in some circumstances those of the Contracting Authority as may be agreed in the contract. Infrastructure improvements or upgrades bid may include combined heat and power, boilers (steam LTHW or MTHW), district heating or cooling, heat recovery, chilling, heat pumps, fuel cells, chillers, air handling, controls, solar PV, lighting, insulation (roof, pipes, building, cladding or related), glazing, water savings, water abstraction, effluent treatment, waste to energy, pyrolysis, clinical waste destruction or conversion, processing or removal, biomass, biofuel, biogas, grid reinforcement, electrical (HV, MV and LV) improvements (demand reduction, re-profiling, generation, aggregation, co-generation, tri-generation, wind generation, standby generation), private wire, virtual power station, load or power management, gas supplies (natural, anaerobic digestion or biogas, on or attached to the national grid or not) technology to change or improve maintenance or lifecycling arrangements, medical or paramedical, records systems, building management, BMS, maintenance management, preventative maintenance, soft facilities management, electric or hybrid vehicles, vehicle charging, vehicle maintenance, medical equipment charging or improvements, transfer of staff, subcontracts or subcontractors and any related technologies or services that are relevant. In many cases the selected supplier may be expected to take over existing energy facilities building/ boiler house or plant rooms relevant to the project, sometimes under license and sometimes under a simple lease, for the operational period of the contract. In some cases the contract may include the construction or modification of existing buildings or structures associated with the delivery of services. Details of the site, energy usage and the existing installation will be set out in the memorandum of information for each project, and bidders will be encouraged to attend the site to fully investigate the existing plant plus cost and plan their bids. Bids may be supported by variant bids going beyond any core proposal included in the project documentation, to cover additional operation and maintenance of existing plant, facilities management services and equipment as makes sense. In this way bidders are encouraged to produce the best bid they can using all the available resources or skills they may possess. It is normal that all bids are in many ways unique and the CEF evaluation methodology will include the way to fairly evaluate different bids and variants. The contracting authority may accept consortia onto the framework if required in order to get the correct skill and experience mix.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 100 000 000.00 EUR
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: yes
      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
      List and brief description of conditions:

       

      Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (Conduct of the Procedure) and in accordance with the criteria specified in the procurement documents.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of 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: 10/03/2017
      Local time: 10:00
      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: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 13/03/2017
      Local time: 09:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Continued from II.2.4: All companies on the framework will be invited to participate in the mini-competition for each project. Normally 3 or 4 bidders will be taken forward into dialogue after scored interviews. Those shortlisted will be invited to enter into dialogue where after the mini competition will split into one of the two routes. Routes refer to the way that contractors will be asked to bid in the mini-competition, 1 of which will take multiple bidders to a fixed price tender, and the other will reduce the bidders down to 1 before seeking an investment grade proposal from that single contractor. The contract used for each project is based on the UK NHS standard contract, adapted for use in Ireland. For this framework there are 2 forms of the contract, the adapted operating lease version and a new IFRIC 16 compliant version. Projects may be multi-site and may be multiagency (several public sector clients). Funding for projects may come by way of grants, funding by the Contracting Authority, funding arranged by the CEF, or funding procured by the bidder or any mix of the above. A Tenderer's Conference will be held in Ireland in the week commencing 27th February to provide bidders with an overview of the framework and procurement process and to give bidders the chance to ask questions. Mini-competitions will be conducted in accordance with the process detailed in the Invitation to Tender document. The framework will be available for use by all public bodies in Ireland including all hospital groups including the Dublin North East group, Dublin midlands group, Dublin East group, South / South West group, West / North West group, Midwest group and Acute Pediatric Services Dublin, All hospitals including Beaumont Hospital, Our Lady of Lourdes Hospital Drogheda, Connolly Hospital, Cavan General Hospital, Rotunda hospital, Louth County Hospital, Monaghan Hospital, St James Hospital, Adelaide and Meath Hospital Dublin including the National Childrens Hospital, Midlands Hospital Tullamore, Naas General Hospital, Midlands Hospital Portlaoise, Coombe Women and Children Hospital, The Mater Misericordiae University Hospital, St Vincent's Hospital Midland Hospital Mullingar St Luke's Hospital, Kilkenny Wexford General Hospital, National Maternity Hospital, Our Lady's Hospital, Navan St Columcille's Hospita, St Michael's Hospital, Dun Laoghaire, Cappagh Orthopaedic Hospital, Royal Victoria Eye and Ear Hospital Cork University Hospital/Cork University Maternity Hospital; Waterford University Hospital Kerry General Hospital, Mercy University Hospital, South Tipperary Hospital South Infirmary Hospital, Bantry General Hospital, Mallow General Hospital Lourdes Orthopaedic Kilcrene, University Hospital Galway and Merlin Park Hospital, Sligo Regional Hospital, Letterkenny Hospital, Mayo General Hospital, Portiuncula Hospital, Roscommon Hospital, Mid Western Hospital Limerick, Ennis General Hospital, Nanagh General Hospital, St Johns Hospital, Mid-Western Maternity hospital, Mid-Western Orthopaedic hospital, Our Lady's Children's Hospital Crumlin, Childrens University Hospital Temple Street, Paediatric service in AMNCH and all Community Healthcare Organisations: Area 1: Donegal, Sligo / Leitrim / West Cavan, Cavan Monaghan. Area 2: Galway, Roscommon, Mayo. Area 3: Clare, Limerick, North Tipperary/ East Limerick Area 4: Kerry, North Cork, North Lee, South Lee, West Cork Area 5: South Tipperary, Carlow Kilkenny, Waterford, Wexford Area 6: Wicklow, Dun Laoghaire, Dublin South East Area 7: Kildare/West Wicklow, Dublin West, Dublin South City, Dublin South West, Area 8: Laois/Offaly, Longford / West Meath, Louth / Meath Area 9: Dublin North, Dublin North Central, Dublin North West.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      High Court
      London
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The Countess of Chester Hospital NHS Foundation Trust will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for 14 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2015 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      27/01/2017
    © 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 31.01.2017
Zuletzt aktualisiert 31.01.2017
Wettbewerbs-ID 2-254818 Status Kostenpflichtig
Seitenaufrufe 40