Notice Information
Notice Title
Network Operator - Queens Quay District Heating Network
Notice Description
Operate and Maintain the district heating and cooling network for the Queens Quay development and connected neighbouring buildings, including the design, installation and maintenance of customer connections, and where appropriate the maintenance of secondary networks and heat interface units (HIUs), taking overall responsibility under contract for the delivery of heat and cooling to customers. Some network design input will be sought along with monitoring of the construction, installation and commissioning of the network.
Lot Information
Lot 1
Operate and Maintain the district heating and cooling network for the Queens Quay development and connected neighbouring buildings, including the design, installation and maintenance of customer connections, and where appropriate the maintenance of secondary networks and heat interface units (HIUs), taking overall responsibility under contract for the delivery of heat and cooling to customers. Some network design input will be sought along with monitoring of the construction, installation and commissioning of the network.. 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.
Renewal: Initial contract for 13years with option to extend for 7years. There after a procurement is envisaged to identify a network operator.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000505731
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG291630
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
42 - Industrial machinery
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
09323000 - District heating
42511100 - Heat-exchange units
44163121 - Heating pipes
Notice Value(s)
- Tender Value
- £13,000,000 £10M-£100M
- Lots Value
- £13,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 3 Aug 20178 years ago
- Submission Deadline
- 6 Sep 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- It is envisaged a procurement will be run to identify a network operator at the end of the initial 13years or if extended for 7 years will be in 20years time.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST DUNBARTONSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@west-dunbarton.gov.uk
- Contact Phone
- +44 1389737000
Buyer Location
- Locality
- DUMBARTON
- Postcode
- G82 3PU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond
-
- Local Authority
- West Dunbartonshire
- Electoral Ward
- Dumbarton
- Westminster Constituency
- West Dunbartonshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG291630
Network Operator - Queens Quay District Heating Network - Operate and Maintain the district heating and cooling network for the Queens Quay development and connected neighbouring buildings, including the design, installation and maintenance of customer connections, and where appropriate the maintenance of secondary networks and heat interface units (HIUs), taking overall responsibility under contract for the delivery of heat and cooling to customers. Some network design input will be sought along with monitoring of the construction, installation and commissioning of the network.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000505731-2017-08-03T00:00:00Z",
"date": "2017-08-03T00:00:00Z",
"ocid": "ocds-r6ebe6-0000505731",
"initiationType": "tender",
"parties": [
{
"id": "org-54",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "Garshake Road",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 3PU"
},
"contactPoint": {
"email": "procurement@west-dunbarton.gov.uk",
"telephone": "+44 1389737000"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
}
],
"buyer": {
"name": "West Dunbartonshire Council",
"id": "org-54"
},
"tender": {
"id": "1718-43/1",
"title": "Network Operator - Queens Quay District Heating Network",
"description": "Operate and Maintain the district heating and cooling network for the Queens Quay development and connected neighbouring buildings, including the design, installation and maintenance of customer connections, and where appropriate the maintenance of secondary networks and heat interface units (HIUs), taking overall responsibility under contract for the delivery of heat and cooling to customers. Some network design input will be sought along with monitoring of the construction, installation and commissioning of the network.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "44163121",
"scheme": "CPV"
},
{
"id": "42511100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Clydebank"
},
"deliveryAddresses": [
{
"region": "UKM81"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 13000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-09-06T14:00:00Z"
},
"documents": [
{
"id": "AUG291630",
"documentType": "contractNotice",
"title": "Network Operator - Queens Quay District Heating Network",
"description": "Operate and Maintain the district heating and cooling network for the Queens Quay development and connected neighbouring buildings, including the design, installation and maintenance of customer connections, and where appropriate the maintenance of secondary networks and heat interface units (HIUs), taking overall responsibility under contract for the delivery of heat and cooling to customers. Some network design input will be sought along with monitoring of the construction, installation and commissioning of the network.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG291630",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Operate and Maintain the district heating and cooling network for the Queens Quay development and connected neighbouring buildings, including the design, installation and maintenance of customer connections, and where appropriate the maintenance of secondary networks and heat interface units (HIUs), taking overall responsibility under contract for the delivery of heat and cooling to customers. Some network design input will be sought along with monitoring of the construction, installation and commissioning of the network.. 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.",
"status": "active",
"value": {
"amount": 13000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 7200
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract for 13years with option to extend for 7years. There after a procurement is envisaged to identify a network operator."
}
}
],
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"performanceTerms": "Quality Management Procedures Health & Safety Environmental management systems Full details in section VI.3 Additional Information & detail in the contract documents."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-09-27T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"minimum": "With reference to ESPD questions: 4B.1.1 & 4B.2.1 Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than two times the average annual cost on offer estimated at 1 million GBP. (2 million GBP turnover required) . 4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing . - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Contracting Authority require the bidder to score a positive figure/Percentage. -(Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Contracting Authority require the bidder to achieve a score of greater than 1. . The Contracting Authority will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee (PCG) WD04 - Parent Company Guarantee refers and an industry form PCG will be provided with the Invitation to Tender where this is considered necessary. Should that after review of the financial evaluations of the bidder fail, then the tender submission may be rejected. . Insurance Q4B.5.1 -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 insurance levels listed below. - Employers Liability Insurance - 10 million GBP Q4B5.2 - Public and Product Liability Insurance - 10million GBP each - Professional Indemnity Insurance - 5million GBP"
},
{
"type": "technical",
"minimum": "List and brief description of selection criteria: Q4D.1 Mandatory Pass/Fail Question - Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ENISO 9001 (or equivalent), OR 2. The bidder can demonstrate an equivalent. Q4D.1 Mandatory Pass/Fail Question -Health & Safety 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 2. The bidder can demonstrate an equivalent. (Passing the Contracting Authorities health & safety assessment questionnaire would demonstrate an equivalent ref WD06) Q4D.1 Mandatory Pass/Fail Question -Environmental Systems or standards 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The bidder can demonstrate an equivalent . List and brief description of technical envelope scored questions as per WD01. With reference to ESPD questions detailed below bidders will required to provide relevant information to deliver the requirements as detailed in II.2.4 in this Contract Notice or the relevant section of the Site Notice. ESPD question 4C.1.2, bidders will be required to provide 3 examples that demonstrate that they have the relevant experience to deliver the Network Operator services as described in part II.2.4 of this Contract Notice or the relevant section(s) of the Site Notice. These examples should demonstrate experience with district heating networks of similar or greater scale of 10 GWh/year and district heating networks that include a mix of users, for example housing, public buildings, schools, hospitals, commercial & retail premises. The Contracting Authority reserves the right to contact any or all of the organisations provided in examples of previous experience to ascertain performance and may visit their premises. Bidders should ensure that organisations listed are willing to discuss the bidder's performance with the Contracting Authority. 4C.2, 4C3 bidders are requested to provide detail they have (or have access to) the relevant technicians or technical bodies. 4C.4 bidders are requested to provide detail on their supply chain management. 4C5 bidders are requested to provide detail on technical research and quality control measures. 4C.6 bidders are requested to provide the qualifications held by the bidding organisation to support the delivery of the project as detailed in the scope of the procurement by in house staff, management or sub contractors. 4C.7, bidders are requested to detail environmental management measures they will be able to use. 4C.8.1, 8.2, bidders are requested to confirm their average annual manpower and managements for the last three years. With 4C.9, bidders are requested to detail of the relevant tools, plant, and technical equipment available to deliver the procurement. 4C.10, bidders will be required to confirm what activities, if any, they intend to subcontract and the total proportion of the contract that will be subcontracted."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "09323000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "It is envisaged a procurement will be run to identify a network operator at the end of the initial 13years or if extended for 7 years will be in 20years time."
}
},
"language": "EN",
"description": "The documents entitled \"Additional Selection Criteria Response Document\" should be completed and uploaded within the general attachments area of the Qualification Envelope to confirm the bidder is able to complete and upload the below documents (all found in the attachment area on PCS-T) at the Request for Documentation stage on PCS-T. 1. WD04 Parent Company Guarantee (Only if Required) 2. WD05 Non Collusion Certificate 3. WD07 Certificate of Non- Canvassing 4. WD08 FOI Declaration 5. WD09 WDC Financial Vetting Questionnaire 6. WD15 Police Scotland Checks The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. . Minimum requirements are required to pass the qualification envelope, exclusion & selection criteria. . Discretionary Scored Questions - Shortlisting Technical Envelope Questions, these questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. . With reference to Community Benefits bidders will be required to demonstrate 3 examples of previous employment and training long term unemployed, training opportunities, development of existing workforce, delivering environmental benefits and equal opportunities recruitment procedures. With reference to information sharing with Police Scotland bidders are will be required to confirm acceptance to sharing company director's details at preferred bidder's status. This information may be used to assess the veracity of responses to current or future stages of the tender process and may,(1) if responses are incorrect, or (2) if a ground for disqualifying the bidder in terms of the Public Contracts (Scotland) Regulations is disclosed, result in the disqualification of the bidder, or at a later date, the termination of the contract without cost to the authority and without prejudice to its rights to recover damages, costs, losses or expenses, howsoever incurred. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 8779 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: the market being considered will have supply chains already in place. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Under this procurement the contractor will be required to support the Contracting Authority's economic and social regeneration objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. Community Benefits for training, employment and curriculum support opportunities during the construction phase will be specified in the ITT and are likely to include: - Work Placement (16 plus years)(14-16 years) - Construction Curriculum Support Activities - Apprentice support activities - The Contracting Authority will use the Client-Based Approach by the National Skill Academy Community benefits deliverable will be presented and scored at the ITT stage. (SC Ref:505731)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000505731"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}