GSTT Procurement - Smart Together: Lewisham Hospital CHP project

  GSTT Procurement - Smart Together has published this notice through Delta eSourcing

Notice Summary
Title: Lewisham Hospital CHP project
Notice type: Contract Notice
Authority: GSTT Procurement - Smart Together
Nature of contract: Services
Procedure: Restricted
Short Description: Phase one of this project will extend and supplement the existing energy centre at the UHL through the re-engineering of the existing energy centre, including installation of a natural gas fired CHP in the order of 1400 kWe capacity coupled with a new absorption chillerWe expect that the successful supplier will bring a high degree of relevant expertise, experience, innovation and flexibility to the project to ensure that the carbon savings and energy savings deliver the lowest cost per tonne of CO2 saved and the greatest reduction in operational energy costs. We expect that the selected supplier will further develop and refine the design concepts that will be outlined in the specification documents to ensure that the re-engineered energy centre will be the most cost effective, energy efficient and reliable possible. The Trust has a capital budget secured for the project but will also consider external finance options.Phase Two – Operation and Maintenance Phase two of the Project is the ongoing operation and maintenance of the primary energy functions of the CHP energy centre to a high standard of efficiency, reliability and safety. It is likely that the current UHL operators will retain responsibility for operation and maintenance of all the secondary energy systems, and it is anticipated that this will include the day to day management of the contract awarded to the successful bidder under this procurement process. Operation and maintenance of the electrical distribution systems will not be included into this contract with exception of the main CHP electrical connections to the site electrical distribution system. During phase two of the contract, the supplier will be expected to maintain the requisite quality of service which will require the supplier to guarantee and achieve the minimum levels of performance of energy production and carbon dioxide savings for the duration of the contract. Accordingly, the contract will include annual minimum energy (heat and electrical) output requirements and minimum standards of operational performance to achieve carbon dioxide and cost savings. The supplier will be required to guarantee that these levels are met. The contract will include mechanisms to deal with standards of service and outputs that fall below the required minimum levels. Please note that the LGNHST retains the right to award all or only part of the scope of services, as the final contract.
Published: 19/02/2015 12:29

View Full Notice

UK-Lewisham: Electricity, heating, solar and nuclear energy.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Lewisham & Greenwich NHS Trust
      High Street, Lewisham, SE13 6LH, United Kingdom
      Tel. +44 2083333000, Email: mmateresi@nhs.net, URL: https://www.lewishamandgreenwich.nhs.uk/
      Contact: Michael Materesi, Attn: Michael Materesi

      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:
      Body governed by public law

   I.3) Main activity:
      Health

   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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Lewisham Hospital CHP project
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Electricity, heating, solar and nuclear energy. Other sources of energy supplies and distribution. Energy and related services. Energy-management services. Energy-efficiency consultancy services. Mechanical engineering installation works. Boiler installations. District heating boiler. Heating engineering services for buildings. Repair and maintenance services of central heating. Cogeneration plant construction work. Phase one of this project will extend and supplement the existing energy centre at the UHL through the re-engineering of the existing energy centre, including installation of a natural gas fired CHP in the order of 1400 kWe capacity coupled with a new absorption chillerWe expect that the successful supplier will bring a high degree of relevant expertise, experience, innovation and flexibility to the project to ensure that the carbon savings and energy savings deliver the lowest cost per tonne of CO2 saved and the greatest reduction in operational energy costs. We expect that the selected supplier will further develop and refine the design concepts that will be outlined in the specification documents to ensure that the re-engineered energy centre will be the most cost effective, energy efficient and reliable possible. The Trust has a capital budget secured for the project but will also consider external finance options.Phase Two – Operation and Maintenance Phase two of the Project is the ongoing operation and maintenance of the primary energy functions of the CHP energy centre to a high standard of efficiency, reliability and safety. It is likely that the current UHL operators will retain responsibility for operation and maintenance of all the secondary energy systems, and it is anticipated that this will include the day to day management of the contract awarded to the successful bidder under this procurement process. Operation and maintenance of the electrical distribution systems will not be included into this contract with exception of the main CHP electrical connections to the site electrical distribution system. During phase two of the contract, the supplier will be expected to maintain the requisite quality of service which will require the supplier to guarantee and achieve the minimum levels of performance of energy production and carbon dioxide savings for the duration of the contract. Accordingly, the contract will include annual minimum energy (heat and electrical) output requirements and minimum standards of operational performance to achieve carbon dioxide and cost savings. The supplier will be required to guarantee that these levels are met. The contract will include mechanisms to deal with standards of service and outputs that fall below the required minimum levels. Please note that the LGNHST retains the right to award all or only part of the scope of services, as the final contract.
         
      II.1.6)Common Procurement Vocabulary:
         09300000 - Electricity, heating, solar and nuclear energy.
         
         65400000 - Other sources of energy supplies and distribution.
         
         71314000 - Energy and related services.
         
         71314200 - Energy-management services.
         
         71314300 - Energy-efficiency consultancy services.
         
         45351000 - Mechanical engineering installation works.
         
         42160000 - Boiler installations.
         
         42515000 - District heating boiler.
         
         71314310 - Heating engineering services for buildings.
         
         50720000 - Repair and maintenance services of central heating.
         
         45251220 - Cogeneration plant construction work.
         

      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: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 2,500,000 and 4,000,000
         Currency: GBP
               
      
      II.2.2)Options: Yes
         If yes, description of these options: It is anticipated that the contract term including both phases will be up to 16 years. The contract will be performance-based and include provisions for regular reviews together with termination provisions. The Trust reserves the right to award phase 1 and 2 as a single contract, or as separate contracts to separate bidders                   
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 17/07/2015
         Completion: 18/07/2031

   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:
      As per the Trust tender documents, the Trust reserves the right to require any deposits, guarantees, bonds and insurance cover as it deems appropriate
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details as per PQQ and Invitation to Tender documents
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Trust reserves the right to require groupings of contractors to take particular legal form or to require that each party undertakes joint or several liability. Where a consortium is proposed, you will be required to provide information in respect to the relationship and roles of the respective parties and identify the proportions of the work to be delivered by the parties named.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The contract will be awarded on the NHS terms and conditions, which will be supplied as part of the 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:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      Please express your interest to LG.CHPproject@nhs.net. Completed PQQ's must be returned to the Trust as per the PQQ documents      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Information and formalities necessary for evaluating if requirements are met:
         Details as per PQQ         
         Minimum Level(s) of standards possibly required:
         Bidders are required to demonstrate a minimum annual turnover of £20 million. Bidders must also confirm that they will meet the LGNHST's minimum insurance requirements and that they either hold or will procure if appointed, the following levels of insurance:Employers Liability: £10mPublic Liability: £10mProfessional Indemnity: £5mBidders must also pass the Economic and Financial section of the PQQ
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
         
         Information and formalities necessary for evaluating if requirements are met:
         Details as per PQQ      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service 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: Yes
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 5 and maximum number: 7         
         Objective Criteria for choosing the limited number of candidates:
         The Trust intends to invite a minimum of 5 bidders to the tender stage on the basis of the ranking of bidders at PQQ evaluation.   
   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: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:


         Not Provided      
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 27/03/2015
      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 30/03/2015      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


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: All applicants are required to express their interest by email to LG.CHPproject@nhs.net Failure to do so may invalidate your application. The Trust reserves the right to withdraw from this procurement process and or not award a contract. All discussions will be in English. Tenders must be priced in Pounds Sterling and all payments made under the contract will be made in Pounds Sterling. The Trust does not bind itself to any tender and withholds the right to appoint outside any contract should it be considered to be in the best interests of the Trust. The Trust is not liable for any costs incurred by those expressing interest of tendering for this opportunity. Compliance with all legislation is required, both in the contract award procedure and during the term of the contract.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=130843858
GO-2015219-PRO-6379542 TKR-2015219-PRO-6379541
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Lewisham Healthcare NHS Trust
      University Hospital, High Street, Lewsiham, London, SE13 6LH, United Kingdom
      Tel. +44 2083333000, Email: mmateresi@nhs.net, URL: https://www.lewishamandgreenwich.nhs.uk/

      Body responsible for mediation procedures:
               Lewisham Healthcare NHS Trust
         University Hospital, London, SE13 6LH, United Kingdom
         Tel. +44 2083333000

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            The Lewisham Hospital NHS Trust
      University Hospital, London, se13 6lh, United Kingdom
      Tel. +44 2083333030

   VI.5) Date Of Dispatch Of This Notice: 19/02/2015

ANNEX A

View any Notice Addenda

View Award Notice