loading
  • GB-LS9 7TF Leeds
  • 13.03.2017
  • Ausschreibung
  • (ID 2-255859)

St James Utilities Service


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 13.03.2017, 12:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Gesundheitswesen
    Art der Leistung Bauleistung / Energieplanung/ -beratung / Tragwerksplanung
    Sprache Englisch
    Aufgabe
    St James Hospital is one of the largest sites operated by Leeds Teaching Hospitals (The Trust). The acute site accommodates the North's largest Oncology Unit, an A&E facility, transplant theatres, Intensive Care Units and around 1 000 inpatient beds.
    The Trust currently purchases heat and electricity generated by an on-site gas turbine under a contract which expires at the end of December 2017.
    The tender opportunity comprises of 2 phases:
    Phase 1 — Initial Services Provision and Installation
    (1) The provision of energy services to the specified facilities from the expiry date of the existing contract (using the existing plant or as otherwise proposed by the bidder).
    (2) The decommissioning, removal and disposal of the existing plant.
    (3) The design and installation of a replacement system with a circa 4MWe gas turbine which utilises the waste heat via a supplementary fired waste heat boiler that provides low pressure steam to the site.
    (4) The funding of the replacement plant and its installation, which shall be provided by the successful supplier
    Phase 2 — Full Service Provision
    (5) The operation and maintenance of the installed plant.
    (6) Achievement of energy performance requirements in the Contract.
    Bidders should note that it is the intention of the Trust that the successful bidder will assume responsibility for providing energy services on the start date of the Contract. Accordingly, it is envisaged that the successful bidder will purchase the current turbine from the present contractor and operate this machine up until a point where a replacement is available.
    The Trust envisages that Phase 1 should take no longer than 1 year and envisages that the duration of Phase 2 should be up to 15 years with an option for the Trust to extend for a further 2 years. However, the Trust reserves the right to accept variants bids with other durations.
    The Trust envisages that the successful bidder will be responsible for obtaining a connection agreement with Northern Power Grid (and performing the obligations therein) in respect of the replacement equipment and assuming responsibility for the existing Northern Power Grid connection agreement on behalf of the Trust.
    Bidders should note that the Trust envisages that bidders will make proposals in relation to the purchase of utilities, such as gas or electricity to the extent that they can bring additional benefit to the Trust.
    Leistungsumfang
    Estimated value excluding VAT: Range: between 15 000 000 and 18 000 000 GBP
    Adresse des Bauherren UK-LS9 7TF Leeds
    TED Dokumenten-Nr. 52979-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Leeds: Energy and related services

      2017/S 029-052979

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      Leeds Teaching Hospitals
      St James University Hospital, Beckett Street
      For the attention of: Mr Luke Alovisi
      LS9 7TF Leeds
      United Kingdom
      E-mail: MjE1XWZcVh9SXWBnWmRaMV9ZZB9fVmU=

      Internet address(es):

      General address of the contracting authority: http://www.leedsth.nhs.uk

      Further information can be obtained from: Leeds Teaching Hospitals
      St James University Hospital, Beckett Street
      For the attention of: Mr Luke Alovisi
      LS9 7TF Leeds
      United Kingdom
      E-mail: MjE3W2RaVB1QW15lWGJYL11XYh1dVGM=

      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leeds Teaching Hospitals
      St James University Hospital, Beckett Street
      For the attention of: Mr Luke Alovisi
      LS9 7TF Leeds
      United Kingdom
      E-mail: MTZmb2VfKFtmaXBjbWM6aGJtKGhfbg==

      Tenders or requests to participate must be sent to: Leeds Teaching Hospitals
      St James University Hospital, Beckett Street
      For the attention of: Mr Luke Alovisi
      LS9 7TF Leeds
      United Kingdom
      E-mail: MjEzX2heWCFUX2JpXGZcM2FbZiFhWGc=

      I.2)Type of the contracting authority
      Body governed by public law
      I.3)Main activity
      Health
      I.4)Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority:
      St James Utilities Service.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 27: Other services

      NUTS code UKE42

      II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves a public contract
      II.1.4)Information on framework agreement
      II.1.5)Short description of the contract or purchase(s)
      St James Hospital is one of the largest sites operated by Leeds Teaching Hospitals (The Trust). The acute site accommodates the North's largest Oncology Unit, an A&E facility, transplant theatres, Intensive Care Units and around 1 000 inpatient beds.
      The Trust currently purchases heat and electricity generated by an on-site gas turbine under a contract which expires at the end of December 2017.
      The tender opportunity comprises of 2 phases:
      Phase 1 — Initial Services Provision and Installation
      (1) The provision of energy services to the specified facilities from the expiry date of the existing contract (using the existing plant or as otherwise proposed by the bidder).
      (2) The decommissioning, removal and disposal of the existing plant.
      (3) The design and installation of a replacement system with a circa 4MWe gas turbine which utilises the waste heat via a supplementary fired waste heat boiler that provides low pressure steam to the site.
      (4) The funding of the replacement plant and its installation, which shall be provided by the successful supplier
      Phase 2 — Full Service Provision
      (5) The operation and maintenance of the installed plant.
      (6) Achievement of energy performance requirements in the Contract.
      Bidders should note that it is the intention of the Trust that the successful bidder will assume responsibility for providing energy services on the start date of the Contract. Accordingly, it is envisaged that the successful bidder will purchase the current turbine from the present contractor and operate this machine up until a point where a replacement is available.
      The Trust envisages that Phase 1 should take no longer than 1 year and envisages that the duration of Phase 2 should be up to 15 years with an option for the Trust to extend for a further 2 years. However, the Trust reserves the right to accept variants bids with other durations.
      The Trust envisages that the successful bidder will be responsible for obtaining a connection agreement with Northern Power Grid (and performing the obligations therein) in respect of the replacement equipment and assuming responsibility for the existing Northern Power Grid connection agreement on behalf of the Trust.
      Bidders should note that the Trust envisages that bidders will make proposals in relation to the purchase of utilities, such as gas or electricity to the extent that they can bring additional benefit to the Trust.
      II.1.6)Common procurement vocabulary (CPV)

      71314000311000004211230031230000453100004525900031000000

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes
      II.1.8)Lots
      II.1.9)Information about variants
      Variants will be accepted: yes
      II.2)Quantity or scope of the contract
      II.2.1)Total quantity or scope:
      Estimated value excluding VAT: 
      Range: between 15 000 000 and 18 000 000 GBP
      II.2.2)Information about options
      Options: no
      II.2.3)Information about renewals
      This contract is subject to renewal: no
      II.3)Duration of the contract or time limit for completion
      Duration in months: 180 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The Trust reserves the right to require deposits and/or guarantees and/or bonds and/or any other form of security. Details will be provided in the tender documents.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Further details will be provided in the tender documents.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      A consortium bid is acceptable but the Trust reserves the right to require any contract(s) to be entered into with a single legal entity (whether a lead contractor or a special purpose vehicle).
      III.1.4)Other particular conditions
      The performance of the contract is subject to particular conditions: no
      III.2)Conditions for participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      Information and formalities necessary for evaluating if the requirements are met: As set out in the SQ.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: As set out in the SQ.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      As set out in the SQ.
      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      Execution of the service is reserved to a particular profession: no
      III.3.2)Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1)Type of procedure
      IV.1.1)Type of procedure
      Negotiated
      Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      Envisaged number of operators: 5
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
      IV.2)Award criteria
      IV.2.1)Award criteria

      The most economically advantageous tender in terms of the criteria stated below

      1. Quality. Weighting 60

      2. Price. Weighting 40

       

      IV.2.2)Information about electronic auction
      An electronic auction will be used: no
      IV.3)Administrative information
      IV.3.1)File reference number attributed by the contracting authority:
      1064
      IV.3.2)Previous publication(s) concerning the same contract
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      13.3.2017 - 12:00
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
      English.
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
      IV.3.8)Conditions for opening of tenders
      Persons authorised to be present at the opening of tenders: no

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: no
      VI.3)Additional information

      The Trust, pursuant to regulation 29(15) Public Contracts Regulations, reserves the right to award the Contract on the basis of initial tenders without negotiation. The Trust reserves the right to reduce the number of operators during the negotiation (if any) as specified in IV.1.3 above, however, the Trust shall be under no obligation to do so. Please note that the SQ is available via the Due North e-tendering portal. Please log on to: www.leedsth-tenders.co.uk and scroll down to Supplier Guide How to Do Business (on the right hand side of the screen). Please then follow the registration instructions (if you are not registered already). Once registered the SQ can be found within contract reference: AJ7M-RUNX8T. All SQ's must be submitted by 12:00 on 13.3.2017.

      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures
      VI.4.2)Lodging of appeals
      VI.4.3)Service from which information about the lodging of appeals may be obtained
      VI.5)Date of dispatch of this notice:
      8.2.2017
    © 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 10.02.2017
Zuletzt aktualisiert 10.02.2017
Wettbewerbs-ID 2-255859 Status Kostenpflichtig
Seitenaufrufe 36