Pam Grainger is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Community Energy |
Notice type: | Contract Notice |
Authority: | Pam Grainger |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | In order to promote a Community Renewable Energy approach the City Council is seeking bids from organisations to install solar pv panels for generation of electricity on the roofs of up to 6 of its operational buildings. The up-front costs of the installation would be funded by the successful bidder and they would own, maintain and insure the panels. The organisation would keep all of the Government’s Feed-in Tariff payments (pence per kWh generation) and the City Council will agree to purchase all of the renewable electricity generated for use within the individual buildings.This opportunity should result in:- A renewable electricity supply contract for LCC buildings-Demonstrable community benefits to Leicester Bidders will be required to undertake their own feasibility studies and submit proposals for solar pv installations mounted on one or more (up to 6) of the buildings selected for the pilot project in order to supply renewable electricity.The electricity supply price offer will be based on the prevailing market conditions at the time of the tender, with a reducing scale of forecast prices to take into account the quarterly reviews and potential degradation of FiT payments before the contract award. The Final Offer price will be confirmed prior to award of contract. |
Published: | 02/10/2014 16:25 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Leicester City Council, UK
City Hall, 115 Charles Street, Leicester, LE1 1FZ, United Kingdom
Tel. +44 01164544024, Email: Claire.Naik@leicester.gov.uk, URL: www.leicester.gov.uk
Contact: Procurement Services, Attn: Claire Naik
Electronic Access URL: www.sourceleicestershire.co.uk
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: Community Energy
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
A combination of these
Region Codes: UKF21 - Leicester
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
II.1.5)Short description of the contract or purchase:
Energy and related services. Solar energy. In order to promote a Community Renewable Energy approach the City Council is seeking bids from organisations to install solar pv panels for generation of electricity on the roofs of up to 6 of its operational buildings. The up-front costs of the installation would be funded by the successful bidder and they would own, maintain and insure the panels. The organisation would keep all of the Government’s Feed-in Tariff payments (pence per kWh generation) and the City Council will agree to purchase all of the renewable electricity generated for use within the individual buildings.This opportunity should result in:- A renewable electricity supply contract for LCC buildings-Demonstrable community benefits to Leicester Bidders will be required to undertake their own feasibility studies and submit proposals for solar pv installations mounted on one or more (up to 6) of the buildings selected for the pilot project in order to supply renewable electricity.The electricity supply price offer will be based on the prevailing market conditions at the time of the tender, with a reducing scale of forecast prices to take into account the quarterly reviews and potential degradation of FiT payments before the contract award. The Final Offer price will be confirmed prior to award of contract.
II.1.6)Common Procurement Vocabulary:
71314000 - Energy and related services.
09330000 - Solar energy.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
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:
Refer to invitation to tender
II.2.2)Options: Not Provided
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
Not Provided
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 deposits, guarantees, bonds or other forms of appropriate security. The right to require the provision of appropriate guarantees, bonds, warranties and insurances is reserved. In the event of Leicester City Council contracting with a consortium or Special Purpose Vehicle Leicester City Council will require the consortium members to provide forms of guarantee and/or financial security for the consortium's obligations.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to Invitation to Tender document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Council requires a contract with a legal entity. In the event of a consortium bid, the Council will only enter into a contract with a suitable legal entity.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
As set out in the Invitation to Tender document.
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.
Any supplier may be disqualified who:(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.Please refer to Regulation no 23 of the Public Contracts Regulations 2006 (SI No 5) for additional rejection criteria (see link).http://www.opsi.gov.uk/si/si2006/20060005.htm
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:
Refer to Invitations to Tender document
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Refer to the Invitation to Tender
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 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: PAN 0726
IV.3.2)Previous publication(s) concerning the same contract: No
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: 11/11/2014
Time: 12:00
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
Until: 2015-02-02 00:00:00.0
IV.3.8)Conditions for opening tenders
Not Provided
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Leicester:-Energy-and-related-services./7KMSXQ5GDR
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7KMSXQ5GDR
GO-2014102-PRO-6059378 TKR-2014102-PRO-6059377
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
LONDON, LONDON, WC2A 2LL, United Kingdom
VI.4.2)Lodging of appeals: City Barrister and Head of Standards, Leicester City Council, City Hall, 115 Charles Street, Leicester LE1 1FZ, UK. If the appeal is not successfully resolved contractors may commence legalaction for breach of duty in the High Court in accordance with Regulation 47,within 30 days of the date when grounds for stating proceedings first arose.
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: 02/10/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Leicester: Energy and related services.
I.1)Name, Addresses and Contact Point(s):
Leicester City Council, UK
City Hall, 115 Charles Street, Leicester, LE1 1FZ, United Kingdom
Tel. +44 01164544024, Email: Claire.Naik@leicester.gov.uk, URL: www.leicester.gov.uk
Contact: Procurement Services, Attn: Claire Naik
Electronic Access URL: www.sourceleicestershire.co.uk
Electronic Submission URL: www.delta-ecourcing.com
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Community Energy
II.1.2)Type of contract and location of works:
SUPPLIES
)A combination of these
Region Codes: UKF21 - Leicester
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. Solar energy. In order to promote a Community Renewable Energy approach the City Council is seeking bids from organisations to install solar pv panels for generation of electricity on the roofs of up to 6 of its operational buildings. The up-front costs of the installation would be funded by the successful bidder and they would own, maintain and insure the panels. The organisation would keep all of the Government’s Feed-in Tariff payments (pence per kWh generation) and the City Council will agree to purchase all of the renewable electricity generated for use within the individual buildings.This opportunity should result in:- A renewable electricity supply contract for LCC buildings-Demonstrable community benefits to Leicester Bidders will be required to undertake their own feasibility studies and submit proposals for solar pv installations mounted on one or more (up to 6) of the buildings selected for the pilot project in order to supply renewable electricity.The electricity supply price offer will be based on the prevailing market conditions at the time of the tender, with a reducing scale of forecast prices to take into account the quarterly reviews and potential degradation of FiT payments before the contract award. The Final Offer price will be confirmed prior to award of contract.
II.1.5)Common procurement vocabulary:
71314000 - Energy and related services.
09330000 - Solar energy.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 238,360
Currency: GBP
Excluding VAT: Yes
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:
Criteria - Weighting
Community Approach - 20
Management & Delivery - 15
Resources - 5
EMAS - 5
Health & Safety - 5
Price - 50
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: PAN 0726
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: 16/01/2015
V.2) Information About Offers
Number Of Offers Received: 6
Number Of Offers Received By Electronic Means: 6
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Flogas Britain
Postal address: Rayns Way, Watermead Business Park, Syston
Town: Leicestershire
Postal code: LE7 1PF
Country: United Kingdom
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 500,000
Currency: GBP
If annual or monthly value:
Number of years: 20
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
Short description of the value/proportion of the contract to be sub-contracted:
The pv investment is sub-contracted
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:
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=143256153
GO-201558-PRO-6585832 TKR-201558-PRO-6585831
VI.3.1)Body responsible for appeal procedures:
Royal Courts of Justice
United Kingdom
VI.3.2)Lodging of appeals: City Barrister and Head of Standards, Leicester City Council. If the appeal is not successfully resolved contractors may commence legal action for breach of duty in the High Court in accordance with Regulation 47,within 30 days of the date when grounds for stating proceedings first arose.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Leicester City Council
City Hall, 115 Charles Street, Leicester, LE1 1FZ, United Kingdom
VI.4)Date Of Dispatch Of This Notice: 08/05/2015