Kirklees Metropolitan Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | KMCBS-018 Supply of Solar Panels and Associated Equipment |
Notice type: | Contract Notice |
Authority: | Kirklees Metropolitan Council |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The supply and delivery of solar panels and associated equipment to various location within the Kirklees district, including (but not strictly limited to), solar photovoltaic panels, inverters, isolators, cables, meters, fixing solutions. For further information, please refer to the Goods Information which forms part of the Contracting Authority’s Tender Documents (KMCBS-018; File 1.0; Section 3). |
Published: | 16/10/2014 16:25 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Council of the Borough of Kirklees, Building Services
Civic Centre III, Market Street, Huddersfield, HD1 2EY, United Kingdom
Tel. +44 1484221000, Email: robert.williams@kirklees.gov.uk, URL: https://www.kirklees.gov.uk
Contact: Robert Williams, Attn: Robert Williams
Electronic Access URL: https//www.yortender.co.uk
Electronic Submission URL: https://www.yortender.co.uk/procontracts/supplier/nsf
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: KMCBS-018 Supply of Solar Panels and Associated Equipment
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
Region Codes: UKE43 - Calderdale, Kirklees and Wakefield
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Number:
Duration of the framework agreement:
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 500,000 and 6,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Solar panels. Solar energy. Electricity, heating, solar and nuclear energy. Solar collectors for heat production. Solar photovoltaic modules. Photosensitive diodes. Power or solar diodes. The supply and delivery of solar panels and associated equipment to various location within the Kirklees district, including (but not strictly limited to), solar photovoltaic panels, inverters, isolators, cables, meters, fixing solutions. For further information, please refer to the Goods Information which forms part of the Contracting Authority’s Tender Documents (KMCBS-018; File 1.0; Section 3).
II.1.6)Common Procurement Vocabulary:
09331000 - Solar panels.
09330000 - Solar energy.
09300000 - Electricity, heating, solar and nuclear energy.
09331100 - Solar collectors for heat production.
09331200 - Solar photovoltaic modules.
31712346 - Photosensitive diodes.
31712347 - Power or solar diodes.
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: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Please refer to Section II.1.4 of this Notice above.
II.2.2)Options: Yes
If yes, description of these options: The Framework Agreement is for a guaranteed initial Contract Period of twenty-four (24) months, commencing on19 January 2015 and ending on 18 January2017, with provision to extend the Framework for up to two (2) further periods of twelve (12) months until 18 January 2019 (for further details please see Clause 2 of the proposed Framework Agreement within the Contract Authority’s Tender Documents (KMCBS-018; File 1.0; Section 4). Therefore, the overall maximum Contract Period could potentially be forty-eight (48) months. The estimated annual value for these supplies ranges from £nil up to one million five hundred thousand Pounds Sterling (£1,500,000). The estimated value throughout the duration of the Contract Period (including two (2) year Initial Period and any extensions thereto) could be anything up to an estimated maximum amount of six million Pounds Sterling (£6,000,000).
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 2
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 19/01/2015
Completion: 18/01/2019
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Contracting Authority reserves the right to require parent or ultimate holding company guarantees if necessary – please see the form of guarantee in Section 4 of the Instructions for Tendering (KMCBS-018, File 1.0) and Section A14 of the Business Questionnaire (KMCBS-018; File 2.0), both of which are contained within the Tender Documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment to be made in accordance with clause of the Conditions of Contract(please see Core Clauses 50 – 53 in Section 5 under NEC3 Supply Contract (April 2013 Ed.), as amended by Section 5 of the Contract Data (see Schedule 4 of the published Framework Agreement in Section 4 of File 1.0 of the Tender Documents (KMCBS-018)) and Z Clause 7 (see Schedule 5 of the published Framework Agreement in Section 4 of File 1.0 of the Tender Documents (KMCBS-018)).
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contracting Authority reserves the right to require such economic operators to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liabilities.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As detailed in the Business Questionnaire (KMCBS-018; File 2.0) and the remaining Tender Documents.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
In accordance with Article 45 to 50 of Directive 2004/18/EC and Regulations 23-25 of the Public Contracts 2006 and as set out in the Business Questionnaire available from the address as set out in Section 1. Kirklees Council, acting as the Contracting Authority reserves the right to refuse any Tenderer’s application and to exclude its tender from the evaluation in any of the circumstances as follows:-in the event that the Business Questionnaire, supporting information or any other tender submissions are incomplete, inaccurate or misleading;-for any reason specified in Regulation 23 (criteria for rejection of economic operators) of the Public Contract Regulation 2006 which requires or permits the Contracting Authority not to select or treat ineligible applicants/economic operators;-the information supplied in the Business Questionnaire will be scored according to the criteria set out within the document;-Tenderers scoring LESS THAN 45 overall in the Business Questionnaire will NOT selected for consideration of their submission.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Minimum Level(s) of standards possibly required:
These are set out in the Selection Criteria contained in the Business Questionnaire (KMCBS-018; File 2.0), which is available from the address set out in Section I.1 of this Notice above.Section B – Financial RequirementsIn response to Sections B1 and B2 of the Business Questionnaire, Tenderers are required to provide their most recent two (2) years' fully audited (non-abbreviated) accounts (or for the period of your incorporation or trading if less than two (2) years). Modified balance sheets, without trading account summaries and details of turnover are not acceptable.Should the Contracting Authority establish that the submitted accounts are not the most recent accounts or recent trading accounts in accordance with the requirements at Sections B1 and B2, the Contracting Authority will use its judgement as to which figures to use for evaluation purposes. Failure to supply accounts or trading accounts will result in exclusion.In relation to Section B3 of the Business Questionnaire, the Tenderer's answer to Section A14 of the Business Questionnaire (i.e. "is your parent company or ultimate holding company prepared to guarantee the performance of your company?) was 'yes', Tenderers must provide that parent/holding company's most recent two (2) years' accounts.The information provided in response to Section B3 of the Business Questionnaire will be used in the financial assessment of the Tenderer for the purpose of questions B1 and B2.In relation to Section B4 of the Business Questionnaire, Tenderers must provide details of any material changes affecting their business operations since the end of the period to which the most recent submitted accounts apply. Any information provided will be used to update the information provided at Sections B1 and B2. Information supplied in response to Section B will be checked against the submitted accounts. In the event of any discrepancy, the figures stated in the submitted accounts will be used.Responses to Sections B1 and B2 will be scored:Annual Turnover at the end of period covered by latest full (non-abbreviated) financial accounts:Companies with Turnover Exceeding £5,500,000= score 10Between £4,500,000 to £5,499,999 = score 8Between £3,500,000 to £4,499,999= score 6Between £2,500,000 to £3,499,999= score 4Up to £2,499,999 = score 2Net Profit Levels (after tax but before dividends) as a percentage of Turnovers at end of period covered by latest full (non-abbreviated) financial accounts:12% or more of Turnover = score 108% to11.99% of Turnover = score 84% to 7.99% of Turnover = score 60% to3.99% of Turnover = score 4-2.5% to - 0.01% of Turnover = score 2Net Worth (Net Assets less Intangible Assets) at end of period covered by latest full (non-abbreviated) financial accounts:Exceeding £300,000 = score 10Between £250,000 to £299,999 = score 8Between £200,000 to £249,999 = score 6Between £150,000 to £199,999 = score 4Up to £149,999 = score 2Section D - Contracting Authority’s Minimum Insurance RequirementsFurther to Section D1 of the Business Questionnaire, all Tenderers must provide confirmation that their insurance cover meets the Contracting Authority’s minimum insurance requirements, which are described in fuller detail in Section D1 of the Business Questionnaire (KMCBS-018; File 2.0).If a Tenderer does not possess the minimum insurance cover required, then they must confirm that if awarded a place on the Framework that they will ensure that they will meet the minimum insurance requirements, at no extra cost to the Contracting Authority, before Commencement Date of the Contract Period.If the Tenderer’s insurances do not meet the Contracting Authority’s minimum requirements, and the Tenderer does not provide confirmation that it will meet said requirements before the Commencement Date of the Contract Period, this will result in exclusion.Section D2 of the Business Questionnaire will not be scored. However, if the answer leads the Contracting Authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Tenderer’s ability to properly perform the contract) that it would be inappropriate to select the Tenderer on this occasion, this may result in exclusion.GENERALThe Contracting Authority reserves the right to carry out independent financial vetting if required. Any vetting which leads the Contracting Authority, acting reasonably, to conclude that it would be inappropriate to select the Tenderer on this occasion will lead to exclusion.Tenderers scoring LESS THAN 45 overall in the Business Questionnaire will NOT be selected for consideration of their tender submission.For further information see Section VI.3 of this Notice below.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Information and formalities necessary for evaluating if requirements are met:In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the Business Questionnaire available from the address as set out in Section I.1 of this Notice above.
Minimum Level(s) of standards possibly required:
Set out in Selection Criteria contained in the Business Questionnaire available from the address as set out in Section I.1 of this Notice above. Responses to Sections E1, E2 and E3 will each be scored:3 or more relevant examples (matching client requirement) = 52 relevant examples (matching client requirement) = 31 relevant example (matching client requirement) = 1Poor examples or no relevant examples provided = 0E3 If the Contracting Authority receives no references, or, if any information obtained from referees leads the Contracting Authority, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Tenderer’s ability to properly perform the contract) that it would be inappropriate to select the Tenderer on this occasion, then the Contracting Authority reserves the right to exclude the Tenderer.E4No penalties, damages, terminations, non-renewals or withdrawals = 5Penalties, damages, terminations, non-renewals or withdrawals applied with satisfactory explanation = 3Penalties, damages, terminations, non-renewals or withdrawals applied without satisfactory explanation = 1E5More than adequate capacity = 5Adequate capacity = 3Inadequate capacity = 1E6No, or Yes with adequate explanation = 5Yes with inadequate or no explanation = 1E7More than adequate certification = 5Adequate certification = 3Inadequate or no certification = 1E8Adequate procedures including ISO Quality Certification or certification to equivalent EU standard = 5Adequate procedures but no ISO or EU equivalent Quality Certification = 3Inadequate procedures = 1Tenderers scoring LESS THAN 45 overall in the Business Questionnaire will NOT be selected for consideration of their tender submission.For further information see Section VI.3 of this Notice below.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated below
Criteria - Weighting
Price - 40
Quality - 60
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: KMCBS-018; YORTENDER ref 9PXC-EVZ5H2
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 01/12/2014
Time-limit for receipt of requests for documents or for accessing documents: 12:59
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 01/12/2014
Time: 13:00
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
Duration in month(s): 6
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: Yes
Representatives of Corporate Procurement, Audit and any other authorised Representative of the Contracting Authority
Section VI: Complementary Information
VI.1)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 contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The evaluation of tenders will be in two (2) parts. -Firstly, the Business Questionnaire KMCBS-018; File 2.0), which will be assessed in accordance with the Selection Criteria set out in the Business Questionnaire. For avoidance of doubt, Tenderers who fail to satisfy the minimum requirements stipulated in the Business Questionnaire will be excluded from the process at this stage and their Tender Submission will not be subject to further evaluation. -Tenderers found to be suitable by the Contracting Authority will proceed to be evaluated against the Award Criteria set out more fully in Part D of the Contracting Authority’s Instructions for Tendering (KMCBS-018; File 1.0; Section 1). The Framework Agreement will then be awarded on the basis of the most economically advantageous tender, provided that the tender submission is submitted fully in accordance with the Instructions for Tendering (KMCBS-018; File 1.0; Section 1) and the Goods Information (KMCBS-018; File 1.0; Section 3).The Contracting Authority considers that this Framework Agreement may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of Tenderers will be based solely on the criteria set out for the procurement within the Contracting Authority’s Tender Documents (KMCBS-018). The Framework Agreement will be awarded to the most economically advantageous tenders in terms of price and quality.A minimum of three (3) Economic Operators will be awarded a place on the Framework.Please note the range of values stipulated in Section II.1.4 of this Notice above covers the potential spend of all the participating Contracting Authority, throughout the duration of the Contract Period (including any extensions thereof) under this Framework Agreement.Notwithstanding the above paragraph, however, for the avoidance of doubt please note that:-The estimates given in Section II.1.4 of this Notice are strictly estimated values only. Any information supplied in the Tender Documents (KMCBS-018) as to the likely volumes of Orders placed by the Contracting Authority during the Contract Period (and any extensions thereof)are given purely as an indication of expected workloads of the Contracting Authority.-Unless otherwise specifically stated elsewhere in the Tender Documents, there is no minimum or maximum value/quantity of Goods that may be ordered on any one occasion and the rates tendered must therefore reflect the likelihood of fluctuating volume of Orders being placed throughout the duration of the Contact Period (including any possible extensions thereto), and the likelihood of varying types of Goods required.-For the avoidance of any doubt, the Contracting Authority shall not be bound to place any Orders under this Framework Agreement, nor shall it incur any liability in respect of any failure to place any Orders or in connection with the total volume of Orders, type of Goods or value of Goods anticipated by any of the Tenderers or which any Tenderer is asked to carry out.-Without prejudice to the generality of the foregoing, the Tenderers will not be reimbursed any costs or expenses incurred in discussions and preparation of documentation for any prospective Orders that may be placed under this Framework Agreement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=116108559
GO-20141016-PRO-6094058 TKR-20141016-PRO-6094057
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: In accordance with Regulation 32 (information about contract award procedures), Regulations 32A (Standstill Period) and Part 9 (Application to Court) of the Public Contracts Regulations 2006
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 16/10/2014
ANNEX A