GSTT - Essentia: Strategic Sustainability Transformation

  GSTT - Essentia has published this notice through Delta eSourcing

Notice Summary
Title: Strategic Sustainability Transformation
Notice type: Contract Notice
Authority: GSTT - Essentia
Nature of contract: Services
Procedure: Restricted
Short Description: Barts Health NHS Trust is seeking to enter into a contract for energy management services. Bidders must be capable of delivering guaranteed energy savings on a per kilowatt hour consumption basis for the duration of the contract, through either, designing, building, maintaining, funding, owning, managing and guaranteeing the services through a service based contract, delivered directly or through a third party, either as a sub-contractor, consortium, or a partnering arrangement. Bidders will need a proven track record of delivering energy and or carbon emissions and consumption savings, through managing and optimising energy consumption and resources. Bidders will need to have access to a variety of on or off balance sheet funding options where self-funding may be limited by the Trust. Further in-depth detail will be available at the ‘Invitation to Tender’ Stage as part of the Tender document. Independent third parties may be required to undertake monitoring, verification, strategy and long term review of the guarantees offered to the Trust. The Trust intend to procure the provision of the energy management services as follows: Phase 1 Following evaluation of PQQ submissions, a maximum of 5 bidders to be Invited to Tender (ITT) to provide a minimum guarantee on energy consumption on a per kilowatt hour basis and demonstrate how best to achieve the guarantee through a service based delivery model. Innovations from across the globe are expected. Following evaluations and clarifications at ITT stage, the successful bidder will be awarded a contract which will include obligations to undertake a detailed investment grade audit/proposal to deliver the proposed energy saving guarantee on a per kilowatt basis within a predetermined timescale. Phase 2 Following the successful completion of the investment grade audit/proposal to deliver the proposed energy saving guarantee the contract shall continue in accordance with the agreed service based delivery model(s) for their proposed duration. However, if the successful bidder has failed to complete the investment grade audit/proposal to deliver the proposed energy saving guarantee and/or failed to deliver the minimum guarantee required as part of Phase 1, the Trust reserves the right to terminate the contract without any liability at this initial stage.
Published: 21/05/2013 17:33

View Full Notice

UK-London: Energy and related services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Barts Health NHS Trust
      Essentia c/o Guy's & St Thomas' NHS Foundation Trust, 1st Floor, Counting House, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
      Tel. +44 2071889818, Email: jason.stanton@gstt.nhs.uk, URL: http://www.essentia.gstt.nhs.uk
      Attn: Mr Jason Stanton

      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:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   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: Strategic Sustainability Transformation
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 12

         Region Codes: UK - UNITED KINGDOM         
      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:
      Energy and related services. Energy-management services. Building services. Electrical machinery, apparatus, equipment and consumables; Lighting. Lighting systems. Cooling and ventilation equipment. Boilers. Heat-recovery systems. Engineering works and construction works. Construction works for power plants and heating plants. Heating plant construction work. Cogeneration plant construction work. Operation of a power plant. Heating-system design services. Building and facilities management services. Barts Health NHS Trust is seeking to enter into a contract for energy management services.
Bidders must be capable of delivering guaranteed energy savings on a per kilowatt hour consumption basis for the duration of the contract, through either, designing, building, maintaining, funding, owning, managing and guaranteeing the services through a service based contract, delivered directly or through a third party, either as a sub-contractor, consortium, or a partnering arrangement.
Bidders will need a proven track record of delivering energy and or carbon emissions and consumption savings, through managing and optimising energy consumption and resources.
Bidders will need to have access to a variety of on or off balance sheet funding options where self-funding may be limited by the Trust. Further in-depth detail will be available at the ‘Invitation to Tender’ Stage as part of the Tender document.
Independent third parties may be required to undertake monitoring, verification, strategy and long term review of the guarantees offered to the Trust.
The Trust intend to procure the provision of the energy management services as follows:

Phase 1

Following evaluation of PQQ submissions, a maximum of 5 bidders to be Invited to Tender (ITT) to provide a minimum guarantee on energy consumption on a per kilowatt hour basis and demonstrate how best to achieve the guarantee through a service based delivery model. Innovations from across the globe are expected.
Following evaluations and clarifications at ITT stage, the successful bidder will be awarded a contract which will include obligations to undertake a detailed investment grade audit/proposal to deliver the proposed energy saving guarantee on a per kilowatt basis within a predetermined timescale.

Phase 2

Following the successful completion of the investment grade audit/proposal to deliver the proposed energy saving guarantee the contract shall continue in accordance with the agreed service based delivery model(s) for their proposed duration. However, if the successful bidder has failed to complete the investment grade audit/proposal to deliver the proposed energy saving guarantee and/or failed to deliver the minimum guarantee required as part of Phase 1, the Trust reserves the right to terminate the contract without any liability at this initial stage.
         
      II.1.6)Common Procurement Vocabulary:
         71314000 - Energy and related services.
         
         71314200 - Energy-management services.
         
         71315000 - Building services.
         
         31000000 - Electrical machinery, apparatus, equipment and consumables; Lighting.
         
         31527260 - Lighting systems.
         
         42500000 - Cooling and ventilation equipment.
         
         44621200 - Boilers.
         
         44622000 - Heat-recovery systems.
         
         45220000 - Engineering works and construction works.
         
         45251000 - Construction works for power plants and heating plants.
         
         45251200 - Heating plant construction work.
         
         45251220 - Cogeneration plant construction work.
         
         65410000 - Operation of a power plant.
         
         71321200 - Heating-system design services.
         
         79993000 - Building and facilities management services.
         

      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:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 500,000 and 20,000,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 240 (from the award of the contract)

   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:
      Please refer to the criteria in either tender prospectus or specification
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Please refer to the criteria in either tender prospectus or specification
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      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:
         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 refer to the criteria in either tender prospectus or specification      
      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:
         Please refer to the criteria in either tender prospectus or specification         
         Minimum Level(s) of standards possibly required:
         Please refer to the criteria in either tender prospectus or specification
      
      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:
         Please refer to the criteria in either tender prospectus or specification         
         Minimum Level(s) of standards possibly required:
         Please refer to the criteria in either tender prospectus or specification      
      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: No
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: 3 and maximum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         Please refer to the criteria in either tender prospectus or specification   
   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: L0027-BHNT      
      IV.3.2)Previous publication(s) concerning the same contract: Not Provided
      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
         Date: 21/06/2013
         Time: 17:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      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: 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 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.

Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your Response Manager and add the following Access Code: YM22XX3769.

Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 21/06/2013 by 17:00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=60632930
GO-2013521-PRO-4819173 TKR-2013521-PRO-4819172
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      King's Health Partners
      Essentia c/o Guy's & St Thomas' NHS Foundation Trust, 1st Floor, Counting House, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
      Tel. +44 2071889818, Email: jason.stanton@gstt.nhs.uk

      Body responsible for mediation procedures:
               King's Health Partners
         Essentia c/o Guy's & St Thomas' NHS Foundation Trust, 1st Floor, Counting House, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
         Tel. +44 2071889818, Email: jason.stanton@gstt.nhs.uk

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            King's Health Partners
      Essentia c/o Guy's & St Thomas' NHS Foundation Trust, 1st Floor, Counting House, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
      Tel. +44 2071889818, Email: jason.stanton@gstt.nhs.uk

   VI.5) Date Of Dispatch Of This Notice: 21/05/2013

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Energy and related services.

Section I: Contracting Authority
   Title: UK-London: Energy and related services.
   I.1)Name, Addresses and Contact Point(s):
      Barts Health NHS Trust
      Essentia c/o Guy's & St Thomas' NHS Foundation Trust, 1st Floor, Counting House, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
      Tel. +44 2071889818, Email: jason.stanton@gstt.nhs.uk, URL: http://www.essentia.gstt.nhs.uk
      Attn: Mr Jason Stanton

   I.2)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local sub-divisions

   I.3) Main activity:
      General Public Services
      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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Strategic Sustainability Transformation      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 12
         
         Region Codes: UK - UNITED KINGDOM         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Energy and related services. Deliver guaranteed energy savings for the duration of the contract, through either, designing, building, maintaining, funding, owning, managing and guaranteeing the services through a service based contract, delivered directly or through a third party, either as a sub-contractor, consortium, or a partnering arrangement.
      II.1.5)Common procurement vocabulary:
         71314000 - Energy and related services.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Approach to EPCs - 20
         Behavioural Change - 15
         Social Impact - 5
         Operational Disruption & Evolving Estate - 5
         Open-book Accounting - 10
         Future Energy Price Increases - 5
         Business Case - 5
         Technology Considerations - 10
         Desktop Audit - 15
         Commercials - 10
         
      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: L0027-BHNT         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: Not Provided

      V.1)Date Of Contract Award: 07/10/2013      
      V.2) Information About Offers
         Number Of Offers Received: 4          
         Number Of Offers Received By Electronic Means: 4       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Skanska Rashleigh Weatherfoil Ltd
         Postal address: Maple Cross House, Denham Way, Maple Cross
         Town: Rickmansworth
         Postal code: WD3 9SW
         Country: United Kingdom
      V.4)Information On Value Of Contract
         Not Provided
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Yes
         If yes, value or proportion of the contract likely to be sub-contracted to third parties:
         
         Not known


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=90402320
GO-2014226-PRO-5488893 TKR-2014226-PRO-5488892   
   VI.3.1)Body responsible for appeal procedures:
      Essentia
      Guy's & St Thomas' NHS Foundation Trust, 1st Floor, Counting House, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
      Tel. +44 2071889818, Email: jason.stanton@gstt.nhs.uk

      Body responsible for mediation procedures:
         Essentia
         Guy's & St Thomas' NHS Foundation Trust, 1st Floor, Counting House, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
         Tel. +44 2071889818, Email: jason.stanton@gstt.nhs.uk
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Essentia
      Guy's & St Thomas' NHS Foundation Trust, 1st Floor, Counting House, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
      Tel. +44 2071889818, Email: jason.stanton@gstt.nhs.uk
   
   VI.4)Date Of Dispatch Of This Notice: 26/02/2014