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.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)
71314000, 31100000, 42112300, 31230000, 45310000, 45259000, 31000000
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