loading
  • GB-WV8 1PX Codsall
  • 20.03.2017
  • Ausschreibung
  • (ID 2-256692)

Design, Supply and Installation of an Energy Storage System


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.03.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Energieplanung/ -beratung
    Sprache Englisch
    Aufgabe
    South Staffordshire Council are seeking a supply, and installation contract for an energy storage system to ideally interface with its existing equipment.
    Please refer to the Specification document for the full detail and strict requirements. Summary information is listed in section II.2.1 (Scope) of this Notice.
    Leistungsumfang
    South Staffordshire Council are seeking a supply and installation contract for an energy storage system to ideally interface with its existing equipment.
    Please refer to the Specification document for the full detail and strict requirements.
    Some key points:
    — The system should allow users to save and store electricity locally and switch to this stored supply at any time. On site renewable energy will need to be integrated with the system to provide the maximum cost benefit, including:
    — Eliminating the need for inverters on renewables;
    — Increasing the ROI levels of renewable installations;
    — Storing energy generated by on-site renewable technologies;
    — Full design;
    — Full site UPS for 1 hour.
    — The warranty for the equipment must be for 15 years — as a minimum a fully-inclusive warranty covering all labour, site repairs and breakdowns, site attendance, all parts supply, install, disposal, and associated administration.
    — The system must use Samsung or equivalent SDI batteries that have a 15 year warranty covering replacement of parts and maintenance. If using equivalent, demonstration of their equivalent status will be required before installation.
    — A manned response to a system issue shall be within 8 working hours (9:00 to 17:00) during the warranty period.
    — A component issue replacement shall be within 14 working days.
    — Supplied, installed and fully commissioned within 12 weeks or less from issue of the Purchase Order.
    Duration — the Agreement term will be from July 2017 for around 12 weeks to cover supply, install and commissioning. The 15 year warranty on the equipment will run past this period.
    Note that the participation and process for this tender will be via the electronic tendering portal located at https://supplierlive.proactisp2p.com/Default.aspx
    Estimated value excluding VAT: Range: between 200 000 and 230 000 GBP
    Adresse des Bauherren UK-WV8 1PX Codsall
    TED Dokumenten-Nr. 64109-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Codsall: Parts of electricity distribution or control apparatus

      2017/S 035-064109

      Contract notice

      Supplies

      Directive 2004/18/EC

      Section I: Contracting authority

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

      South Staffordshire Council
      Wolverhampton Road
      For the attention of: Paul J Timmins
      WV8 1PX Codsall
      United Kingdom
      Telephone: +44 1785854646
      E-mail: MjE4Xk9jWhxiV1tbV1xhLmFiT1RUXWBSYVZXYFMcVV1kHGNZ
      Fax: +44 1785854660

      Internet address(es):

      General address of the contracting authority: www.staffordshire.gov.uk/business/procurement

      Further information can be obtained from: Note that the participation and process for this tender will be via the electronic tendering portal located at https://supplierlive.proactisp2p.com/Default.aspx
      United Kingdom
      Internet address: located at https://supplierlive.proactisp2p.com/Default.aspx

      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

      Tenders or requests to participate must be sent to: The above mentioned contact point(s)

      I.2)Type of the contracting authority
      Regional or local authority
      I.3)Main activity
      General public services
      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:
      Design, Supply and Installation of an Energy Storage System.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Supplies
      Purchase

      NUTS code UKG35,UKG2

      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)
      South Staffordshire Council are seeking a supply, and installation contract for an energy storage system to ideally interface with its existing equipment.
      Please refer to the Specification document for the full detail and strict requirements. Summary information is listed in section II.2.1 (Scope) of this Notice.
      II.1.6)Common procurement vocabulary (CPV)

      31230000312000003116200071314000

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes
      II.1.8)Lots
      This contract is divided into lots: no
      II.1.9)Information about variants
      Variants will be accepted: no
      II.2)Quantity or scope of the contract
      II.2.1)Total quantity or scope:
      South Staffordshire Council are seeking a supply and installation contract for an energy storage system to ideally interface with its existing equipment.
      Please refer to the Specification document for the full detail and strict requirements.
      Some key points:
      — The system should allow users to save and store electricity locally and switch to this stored supply at any time. On site renewable energy will need to be integrated with the system to provide the maximum cost benefit, including:
      — Eliminating the need for inverters on renewables;
      — Increasing the ROI levels of renewable installations;
      — Storing energy generated by on-site renewable technologies;
      — Full design;
      — Full site UPS for 1 hour.
      — The warranty for the equipment must be for 15 years — as a minimum a fully-inclusive warranty covering all labour, site repairs and breakdowns, site attendance, all parts supply, install, disposal, and associated administration.
      — The system must use Samsung or equivalent SDI batteries that have a 15 year warranty covering replacement of parts and maintenance. If using equivalent, demonstration of their equivalent status will be required before installation.
      — A manned response to a system issue shall be within 8 working hours (9:00 to 17:00) during the warranty period.
      — A component issue replacement shall be within 14 working days.
      — Supplied, installed and fully commissioned within 12 weeks or less from issue of the Purchase Order.
      Duration — the Agreement term will be from July 2017 for around 12 weeks to cover supply, install and commissioning. The 15 year warranty on the equipment will run past this period.

      Note that the participation and process for this tender will be via the electronic tendering portal located at https://supplierlive.proactisp2p.com/Default.aspx

      Estimated value excluding VAT: 
      Range: between 200 000 and 230 000 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
      in days: 84 (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:
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Payments may be made the following acceptance by the banking agents of South Staffordshire Council.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special legal form is required by the grouping of providers. The contract may be awarded to a single applicant or a consortium or individuals of a consortium but in the case of a consortium or individuals of a consortium liability will be joint and several.
      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: Please refer to the ITT Questionnaire with regards to the evaluation questions.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: The tenderer must meet the minimum set standards of economic and financial standing to service the term and value of the contract.

      Financial checks will be undertaken for economic operators using one or more of the councils current financial assessors; n2check (www.n2check.com),

      Dun & Bradstreet (www.dnb.co.uk), Experian (www.experian.co.uk). Tenderers will be assessed according to the level of risk stipulated by the financial assessors used.

      Note:
      1. It is the responsibility of the tenderer to ensure that the appropriate accounts have been filed and that the credit information held is correct.
      2.Should tenderers wish other financial information to be taken into account to support the economic and financial check this should be submitted with the response to the ITT. South Staffordshire Council reserves the right to request further financial information and to take this into account where necessary in addition to the level of risk stipulated by the financial assessors.
      3. For sole traders/partnerships where third party financial assessments are not available the assessment will be undertaken using a financial spread sheet detailing trading account data for the last 3 years.
      The tendering organisation should hold valid insurance as required by the contract, or a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract.
      Refer to ITT documents.
      Minimum level(s) of standards possibly required: Financial checks:
      — Any tenderer being given an above average / higher than average risk rating or poorer, by 1 or more of the assessors used, may be rejected.
      Insurance Levels:
      — 10 000 000 GBP Employers (Compulsory) Liability Insurance is required in respect of each and every claim.
      — 5 000 000 GBP Public Liability Insurance is required in respect of each and every claim.
      — 2 000 000 GBP Professional Indemnity Insurance is required in respect of each and every claim.
      Failure to achieve or agree to this may lead to disqualification.
      Refer to ITT documents.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Refer to ITT documents.
      Minimum level(s) of standards possibly required:
      Refer to ITT documents.
      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
      Open
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      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 no
      IV.2)Award criteria
      IV.2.1)Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
      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:
      PC692
      IV.3.2)Previous publication(s) concerning the same contract
      no
      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
      20.3.2017 - 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
      in days: 90 (from the date stated for receipt of 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

      Note that the participation and process for this tender will be via the electronic tendering portal located at https://supplierlive.proactisp2p.com/Default.aspx

      Staffordshire County Council are whilst performing the procurement are not the Contracting Authority. The Contracting Authority is South Staffordshire Council.
      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures

      South Staffordshire County
      Please refer any appeal through the electronic tendering system
      United Kingdom

      Body responsible for mediation procedures

      See tender documents if applicable.
      United Kingdom

      VI.4.2)Lodging of appeals
      Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers.
      The award decision process will specify the criteria for the award of the contract the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract.
      If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months).
      The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages.
      If an agreement has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages.
      The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending upon the circumstances) or otherwise 6 months.
      VI.4.3)Service from which information about the lodging of appeals may be obtained

      Please refer any appeal through the electronic tendering system
      United Kingdom

      VI.5)Date of dispatch of this notice:
      16.2.2017
    © 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 20.02.2017
Zuletzt aktualisiert 20.02.2017
Wettbewerbs-ID 2-256692 Status Kostenpflichtig
Seitenaufrufe 58