loading
  • GB-IV3 5BX Inverness
  • 22.06.2017
  • Ausschreibung
  • (ID 2-266116)

Provision of Renewable Heat and associated Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.06.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / Energieplanung/ -beratung / Lieferung
    Sprache Englisch
    Aufgabe
    The Highland Council and Moray Council seek to appoint a suitably qualified experienced and competent Contractor to manage, operate and maintain renewable heat and associated services across their estates. This will include Biomass, Gas Combined Heat and Power (GCHP) Systems, Ground Source Heat Pumps (GSHP) and Air Source Heat Pumps (ASHP).
    Leistungsumfang
    The management and operation and maintenance of renewable heat and associated services. This applies to Biomass.
    Adresse des Bauherren UK-IV3 5BX Inverness
    TED Dokumenten-Nr. 196425-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Inverness: Energy and related services

      2017/S 099-196425

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The Highland Council
      Council Headquarters, Glenurquhart Road
      Inverness
      IV3 5BX
      United Kingdom
      Telephone: +44 1463702000
      E-mail: MjE3X2FeUmRhVFxUXWMdZF1YYyEvV1hWV1tQXVMdVl5lHWRa
      NUTS code: UKM6

      Internet address(es):

      Main address: http://www.highland.gov.uk/

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045

      I.1)Name and addresses
      Moray Council
      High Street
      Elgin
      IV30 1BX
      United Kingdom
      Telephone: +44 1343563137
      E-mail: MjE4XmBdUWNgU1tTXGIuW11gT2ccVV1kHGNZ
      NUTS code: UKM62

      Internet address(es):

      Main address: http://www.moray.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160

      I.2)Joint procurement
      The contract involves joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publictendersscotland.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.publictendersscotland.publiccontractsscotland.gov.uk
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.publictendersscotland.publiccontractsscotland.gov.uk
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

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

       

      Provision of Renewable Heat and associated Services.

       

      Reference number: HC/D&I/HEAT/2017
      II.1.2)Main CPV code
      71314000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Highland Council and Moray Council seek to appoint a suitably qualified experienced and competent Contractor to manage, operate and maintain renewable heat and associated services across their estates. This will include Biomass, Gas Combined Heat and Power (GCHP) Systems, Ground Source Heat Pumps (GSHP) and Air Source Heat Pumps (ASHP).

       

      II.1.5)Estimated total value
      Value excluding VAT: 8 100 000.00 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:

       

      Provision of Renewable Heat and associated Services — Highland

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71314000
      45259300
      50720000
      71314310
      II.2.3)Place of performance
      NUTS code: UKM6
      Main site or place of performance:

       

      Various sites throughout the Highlands.

       

      II.2.4)Description of the procurement:

       

      The management, operation and maintenance of renewable heat and associated services. This will include Biomass, Gas Combined Heat and Power (GCHP) Systems, Ground Source Heat Pumps (GSHP) and Air Source Heat Pumps (ASHP).

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70
      Price - Weighting: 30
      II.2.6)Estimated value
      Value excluding VAT: 7 500 000.00 GBP
      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:

       

      Option to extend for a further 12 month period giving a maximum duration of 60 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

       

      The estimated value is the total value of the Contract over its lifetime, including options.

       

      II.2)Description
      II.2.1)Title:

       

      Provision of Renewable Heat and associated Services — Moray

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71314000
      45259300
      50720000
      71314310
      II.2.3)Place of performance
      NUTS code: UKM62
      Main site or place of performance:

       

      Various sites throughout Moray.

       

      II.2.4)Description of the procurement:

       

      The management and operation and maintenance of renewable heat and associated services. This applies to Biomass.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 70
      Price - Weighting: 30
      II.2.6)Estimated value
      Value excluding VAT: 600 000.00 GBP
      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:

       

      Option to extend for a further 12 months giving a maximum contract duration of 60 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

       

      The estimated value is the total value of the Contract over its lifetime, including options.

       

      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
      Minimum level(s) of standards possibly required:

       

      Bidders will be required to have a minimum general yearly turnover as follows:

      Lot 1 — 3 000 000 GBP for the last 2 years;

      Lot 2 — 240 000 GBP for the last 2 years.

      It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:

      Employer's (Compulsory) Liability Insurance = 5 000 000 GBP;

      Public Liability Insurance = 5 000 000 GBP.

       

      III.1.3)Technical and professional ability
      Minimum level(s) of standards possibly required:

       

      Where the Bidder relies on the technical experience of a sub-contractor(s), the experience relied upon must be consistent with the services specified in the Contract Notice.

      The Bidder must provide 3 relevant examples which demonstrate experience in the provision of services carried out in the last 3 years consistent with those specified in the Contract Notice.

      Bidders will be required to confirm that they and/or the sub-contractor(s) have (where relevant to the provision of the Services) the following relevant educational and professional qualifications:

      — NIC-EIC;

      — HETAC;

      — MCS;

      — Gas Safe.

      Note: Bidders must be able to evidence they they hold the above-mentioned accreditation / membership or equivalent prior to contract commencement.

       

      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
      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: 22/06/2017
      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
      IV.2.7)Conditions for opening of tenders
      Date: 22/06/2017
      Local time: 14:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      May 2021 or May 2022. The precise timing will be dependent upon whether or not the option to extend is taken up.

       

      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:

       

      Question scoring methodology for Selection Criteria: pass / fail.

      Award scoring methodology will be the following:

      100 — Response is completely relevant. The response could not be more comprehensive or be improved upon.

      90 — Response is completely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirements and provides complete details of how the requirement will be met.

      80 — Response is highly relevant. Detailed response demonstrates a thorough understanding of the requirement and provides almost totally complete details of how the requirement will be met.

      70 — Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding and provides at least 70 % of the required details on how the requirement will be fulfilled.

      60 — Response is substantially relevant and acceptable and demonstrates a broad understanding of the requirement to a satisfactory depth but could have been more detailed.

      50 — Response is at least 50 % relevant and acceptable. The response demonstrates an understanding of the requirement but lacks details on how the requirement will be fulfilled in certain areas.

      40 — Response is partially relevant but not sufficiently detailed to demonstrate how the requirement will be met. There is a lack of depth of detail or understanding in many areas.

      30 — Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited detail or explanation to demonstrate an understanding or how the requirement will be met.

      20 — Response demonstrates a lack of understanding and little pertinent detail or explanation of an understanding or how the requirement will be met.

      10 — Little relevance, understanding or explanation of how the requirement will be met.

      0 — Nil or irrelevant response.

      Bidders will be required to achieve a minimum Award score methodology score of 40 against each question in the technical / quality questionnaire.

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

      Any contract(s) awarded as a result of this procurement will be subject to NEC3 Term Service Contract, April 2013.

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7972. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

      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 benefits are included in this requirement. A summary of the expected community benefits have been provided as follows:

      — targeted recruitment and training opportunities;

      — apprenticeships.

      More information can be found in the Invitation to Tender documents.

      (SC Ref:493512).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The Highland Council
      Council Headquarters, Glenurquhart Road
      Inverness
      IV3 5BX
      United Kingdom
      Telephone: +44 1463702000

      Internet address:http://www.highland.gov.uk/

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      22/05/2017
    © 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 24.05.2017
Zuletzt aktualisiert 24.05.2017
Wettbewerbs-ID 2-266116 Status Kostenpflichtig
Seitenaufrufe 60