loading
  • GB-FK8 1QZ Stirling
  • 06.08.2018
  • Ausschreibung
  • (ID 2-307889)

Capacity Building Services for Low Carbon Heat Strategies


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 06.08.2018, 10:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Energieplanung/ -beratung
    Sprache Englisch
    Baukosten 167.000 GBP zzgl. USt.
    Aufgabe
    The Supplier appointed to this Framework Agreement will be capable of providing technical support for stakeholder engagement, as well as being capable of supporting technical development within supported Local Authorities to improve their technical knowledge and build capacity in relation to the development of Local Heat and Energy Efficiency Strategies (LHEES).
    Leistungsumfang
    The Supplier appointed to this Framework Agreement will be capable of providing support for stakeholder engagement on a Call Off basis, as well as being able of supporting technical development within supported Local Authorities to improve their technical knowledge and build capacity in relation to the development of Local Heat and Energy Efficiency Strategies (LHEES).
    The Framework covers a range of potential support requirements, which primarily relate to low carbon heat and district heat networks, and which are intended to help build the knowledge and capacity of staff from within and across different teams, departments and locations within a supported Local Authority.
    Further details are provided in the Tender document.
    Adresse des Bauherren UK-FK8 1QZ Stirling
    TED Dokumenten-Nr. 292101-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Stirling: Energy and related services

      2018/S 128-292101

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Zero Waste Scotland Ltd
      Ground Floor, Moray House, Forthside Way
      Stirling
      FK8 1QZ
      United Kingdom
      Telephone: +44 1786433930
      E-mail: MjEyZGZjV2lmWWFZYmg0bllmY2tVZ2hZZ1djaGBVYlgiY2ZbImlf
      NUTS code: UKM

      Internet address(es):

      Main address: http://www.zerowastescotland.org.uk/content/tenders

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20802

      I.2)Information about joint procurement
      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: https://www.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publiccontractsscotland.gov.uk
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Environment

      Section II: Object

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

      Capacity Building Services for Low Carbon Heat Strategies

      Reference number: 18-RE-005-OJ
      II.1.2)Main CPV code
      71314000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The Supplier appointed to this Framework Agreement will be capable of providing technical support for stakeholder engagement, as well as being capable of supporting technical development within supported Local Authorities to improve their technical knowledge and build capacity in relation to the development of Local Heat and Energy Efficiency Strategies (LHEES).

      II.1.5)Estimated total value
      Value excluding VAT: 167 000.00 GBP
      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)
      71314200
      71314300
      II.2.3)Place of performance
      NUTS code: UKM
      Main site or place of performance:

      The contractor may be required to deliver the primary requirements of this contract at various locations across Scotland, including the Highlands and Islands as appropriate and relevant.

      II.2.4)Description of the procurement:

      The Supplier appointed to this Framework Agreement will be capable of providing support for stakeholder engagement on a Call Off basis, as well as being able of supporting technical development within supported Local Authorities to improve their technical knowledge and build capacity in relation to the development of Local Heat and Energy Efficiency Strategies (LHEES).

      The Framework covers a range of potential support requirements, which primarily relate to low carbon heat and district heat networks, and which are intended to help build the knowledge and capacity of staff from within and across different teams, departments and locations within a supported Local Authority.

      Further details are provided in the Tender document.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 80
      Price - Weighting: 20
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: yes
      Description of renewals:

      Single 12-month extension period available, subject to continued business need and funding.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

      Over the lifetime of the contract additional relevant options may be required.

      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

      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

      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:

      III.1.1 of the notice is not applicable to this procurement exercise.

      There will be no statements and questions used for Section A of Part IV of the ESPD (Scotland).

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

      Statements for 4B.5.1-3

      The bidder confirms that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (Employer’s (Compulsory) Liability Insurance).

      The bidder confirms that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (For other insurances).

      Minimum level(s) of standards possibly required:

      Statements for 4B.5.1-3

      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 and levels of insurance indicated below:

      Employer’s (Compulsory) Liability Insurance = 5 000 000.00 GBP

      Public Liability Insurance = 5 000 000.00 GBP

      Professional Indemnity Insurance = as noted in the tender document

      http://www.hse.gov.uk/pubns/hse40.pdf

      Note: Bidders should refer to the ‘Supplementary Information for Selection Criteria’, which is provided as an additional document for this procurement exercise, for further information on submission of evidence and how responses to these questions will be evaluated.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      Statement for 4C.1.2

      Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice. Examples from both public and/or private sector customers and clients may be provided.

      Statement for 4D.1

      Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons? If not, please explain why and specify which other means of proof concerning the quality assurance scheme can be provided.

      Statement for 4D.2

      Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards? If not, please explain why and specify which other means of proof concerning the environmental management systems or standards can be provided.

      Minimum level(s) of standards possibly required:

      Statement for 4C.1.2

      Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/suppliers as described in part II.2.4) of the OJEU Contract Notice, or the relevant section of the Site Notice.

      Statements for 4D.1

      Bidders must be able to demonstrate the following:

      2f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.

      Statements for 4D.2

      Bidders must be able to demonstrate the following:

      2e. Documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks.

      2f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.).

      Note: Bidders should refer to the ‘Supplementary Information for Selection Criteria’, which is provided as an additional document for this procurement exercise, for further information on submission of evidence and how responses to these questions will be evaluated.

      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
      Obligation to indicate the names and professional qualifications of the staff assigned to performing 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 a single operator
      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: 06/08/2018
      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: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 06/08/2018
      Local time: 10:00

      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:

      Zero Waste Scotland is not using the ESPD module on PCS for this procurement exercise. Bidders must therefore download the ESPD (Scotland) provided for this procurement exercise as an additional document in order to prepare a response.

      Failure to follow the instructions provided in either the ‘Supporting Information for Selection Criteria’ document or the Tender document may result in your ESPD (Scotland) response and / or Tender submission being ruled non-compliant. Please read these instructions carefully prior to completing and submitting any response. Any questions relating to these instructions must be raised using the Question and Answer facility through the PCS website.

      The questions, weightings and scoring methodology for Selection Criteria can be found in the ‘Supporting Information for Selection Criteria’ document.

      Bidders are reminded that only information provided as a direct response to the ESPD (Scotland) will be evaluated. Bidders should complete their response on the basis that Zero Waste Scotland, its staff and advisers have no prior knowledge of their organisation.

      Bidders should note that Zero Waste Scotland will carry out due diligence checking on statements made within ESPD (Scotland) responses. A request from Zero Waste Scotland to provide evidence in support of statements made by a Bidder in their ESPD (Scotland) response does not infer that the Bid or the Bidder has been successful.

      Quality submissions will be scored using the Scottish Government's recommended scoring convention:

      4 - Excellent: Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full;

      3 - Good: Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled;

      2 - Acceptable: Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas;

      1 - Poor: Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient / limited details or explanation to demonstrate how the requirement will be fulfilled;

      0 - Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

      Please do not contact Zero Waste Scotland following a response or submission to enquire if or when a decision will be made. An indicative timetable is provided in the Contract Notice, and Zero Waste Scotland will inform all Bidders of decisions or delays at the same time, by email to the nominated contact only as identified in your response or submission.

      Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=538211.

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

      Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      (SC Ref:538211)

      VI.4)Procedures for review
      VI.4.1)Review body
      Zero Waste Scotland Ltd
      Ground Floor, Moray House, Forthside Way
      Stirling
      FK8 1QZ
      United Kingdom
      Telephone: +44 1786433930

      Internet address: http://www.zerowastescotland.org.uk/content/tenders

      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:
      04/07/2018
    © 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 06.07.2018
Zuletzt aktualisiert 06.07.2018
Wettbewerbs-ID 2-307889 Status Kostenpflichtig
Seitenaufrufe 32