Notice Information
Notice Title
AMIDS District Heating Network: design, build, operate and maintain
Notice Description
AMIDS is led by Renfrewshire Council in partnership with Scottish Enterprise and Scottish Government. As a local and national priority, AMIDS will make Renfrewshire an economic powerhouse within Scotland's industrial heartland and create wealth and opportunities for Renfrewshire, the wider Glasgow City region and beyond. The district - the only one of its kind in Scotland - will be internationally-recognised for advanced manufacturing, leading innovation and research and driving sustainable growth in the Scottish economy. Low carbon aspirations are a vital element for a site with a vision 'to become internationally recognised for advanced manufacturing, leading innovation and research'. In alignment to the AMIDS vision, the district aims to demonstrate an innovative, local, low-carbon energy system.
Lot Information
Lot 1
Renfrewshire Council is using the restricted procedure to procure a suitably experienced and qualified Contractor in accordance with the Utilities Contract (Scotland) Regulations 2016. Works required comprise the design, build, operation and maintenance of an ambient loop heat network, distributing low grade heat through a network of uninsulated HDPE pipes via a closed loop from a Wastewater Treatment Works (WWTW) circa 1.5km away to the AMIDS site. Works also include connections to two confirmed new buildings at the site which will take heat from the ambient loop and upgrade for heating using heat pump technology. The full Statement of Requirements detailing the works is included in the document titled 'AMIDS DHN ITP Information and Instructions for Candidates' attached to the PCS-tender system. The Council intends to enter into the design, build, operate and maintain contract with one Contractor and intends to utilise a form of NEC4 Engineering and Construction Contract Option A Priced Contract with Activity Schedule supplemented and amended by the Council for the design and construction works phase and a bespoke Operation and maintenance contract for the Operational phase. The design and construction works programme is anticipated to be 12 months. The operation and maintenance period is anticipated to be 5 years with the option to extend for up to an additional 5 years.
Options: The Council reserves the right to utilise the negotiated procedure without prior publication to award further contracts for new works or the repetition of similar works to the successful Candidate related to the project. Works may include future connections and expansions to the DHN to connect new additional off-takers in the future.
Renewal: Option to extend operation and maintenance requirements for up to a further 5 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000634868
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399158
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F5 - Contract Notice (Utilities)
- Procurement Type
- Standard
- Procurement Category
- Works
- 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
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
09323000 - District heating
44163120 - Distance-heating pipes
45231000 - Construction work for pipelines, communication and power lines
45231100 - General construction work for pipelines
45232140 - District-heating mains construction work
45251250 - District-heating plant construction work
Notice Value(s)
- Tender Value
- £5,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Nov 20205 years ago
- Submission Deadline
- 7 Dec 2020Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL (UTILITIES)
- Contact Name
- Rebecca Park
- Contact Email
- citydeal@renfrewshire.gov.uk
- Contact Phone
- +44 1416186400
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1WB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399158
AMIDS District Heating Network: design, build, operate and maintain - AMIDS is led by Renfrewshire Council in partnership with Scottish Enterprise and Scottish Government. As a local and national priority, AMIDS will make Renfrewshire an economic powerhouse within Scotland's industrial heartland and create wealth and opportunities for Renfrewshire, the wider Glasgow City region and beyond. The district - the only one of its kind in Scotland - will be internationally-recognised for advanced manufacturing, leading innovation and research and driving sustainable growth in the Scottish economy. Low carbon aspirations are a vital element for a site with a vision 'to become internationally recognised for advanced manufacturing, leading innovation and research'. In alignment to the AMIDS vision, the district aims to demonstrate an innovative, local, low-carbon energy system.
Notice URLs
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-r6ebe6-0000634868-2020-11-05T00:00:00Z",
"date": "2020-11-05T00:00:00Z",
"ocid": "ocds-r6ebe6-0000634868",
"initiationType": "tender",
"parties": [
{
"id": "org-9",
"name": "Renfrewshire Council (Utilities)",
"identifier": {
"legalName": "Renfrewshire Council (Utilities)"
},
"address": {
"streetAddress": "Corporate Procurement Unit, Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1WB"
},
"contactPoint": {
"name": "Rebecca Park",
"email": "citydeal@renfrewshire.gov.uk",
"telephone": "+44 1416186400",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "General public services",
"scheme": "TED_CE_ACTIVITY"
}
],
"url": "http://www.renfrewshire.gov.uk/"
}
},
{
"id": "org-10",
"name": "Refer to VI.4.3",
"identifier": {
"legalName": "Refer to VI.4.3"
},
"address": {
"locality": "UK",
"postalCode": "UK"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-11",
"name": "See VI.3.4) Review procedure",
"identifier": {
"legalName": "See VI.3.4) Review procedure"
},
"address": {
"locality": "UK",
"postalCode": "UK"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"mediationBody"
]
},
{
"id": "org-12",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewContactPoint"
]
}
],
"buyer": {
"name": "Renfrewshire Council (Utilities)",
"id": "org-9"
},
"tender": {
"id": "RC-CPU-20-249",
"title": "AMIDS District Heating Network: design, build, operate and maintain",
"description": "AMIDS is led by Renfrewshire Council in partnership with Scottish Enterprise and Scottish Government. As a local and national priority, AMIDS will make Renfrewshire an economic powerhouse within Scotland's industrial heartland and create wealth and opportunities for Renfrewshire, the wider Glasgow City region and beyond. The district - the only one of its kind in Scotland - will be internationally-recognised for advanced manufacturing, leading innovation and research and driving sustainable growth in the Scottish economy. Low carbon aspirations are a vital element for a site with a vision 'to become internationally recognised for advanced manufacturing, leading innovation and research'. In alignment to the AMIDS vision, the district aims to demonstrate an innovative, local, low-carbon energy system.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "09323000",
"scheme": "CPV"
},
{
"id": "45232140",
"scheme": "CPV"
},
{
"id": "45251250",
"scheme": "CPV"
},
{
"id": "44163120",
"scheme": "CPV"
},
{
"id": "45231000",
"scheme": "CPV"
},
{
"id": "45231100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Advanced Manufacturing Innovation District Scotland"
},
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 5000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-12-07T12:00:00Z"
},
"documents": [
{
"id": "NOV399158",
"documentType": "contractNotice",
"title": "AMIDS District Heating Network: design, build, operate and maintain",
"description": "AMIDS is led by Renfrewshire Council in partnership with Scottish Enterprise and Scottish Government. As a local and national priority, AMIDS will make Renfrewshire an economic powerhouse within Scotland's industrial heartland and create wealth and opportunities for Renfrewshire, the wider Glasgow City region and beyond. The district - the only one of its kind in Scotland - will be internationally-recognised for advanced manufacturing, leading innovation and research and driving sustainable growth in the Scottish economy. Low carbon aspirations are a vital element for a site with a vision 'to become internationally recognised for advanced manufacturing, leading innovation and research'. In alignment to the AMIDS vision, the district aims to demonstrate an innovative, local, low-carbon energy system.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399158",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Renfrewshire Council is using the restricted procedure to procure a suitably experienced and qualified Contractor in accordance with the Utilities Contract (Scotland) Regulations 2016. Works required comprise the design, build, operation and maintenance of an ambient loop heat network, distributing low grade heat through a network of uninsulated HDPE pipes via a closed loop from a Wastewater Treatment Works (WWTW) circa 1.5km away to the AMIDS site. Works also include connections to two confirmed new buildings at the site which will take heat from the ambient loop and upgrade for heating using heat pump technology. The full Statement of Requirements detailing the works is included in the document titled 'AMIDS DHN ITP Information and Instructions for Candidates' attached to the PCS-tender system. The Council intends to enter into the design, build, operate and maintain contract with one Contractor and intends to utilise a form of NEC4 Engineering and Construction Contract Option A Priced Contract with Activity Schedule supplemented and amended by the Council for the design and construction works phase and a bespoke Operation and maintenance contract for the Operational phase. The design and construction works programme is anticipated to be 12 months. The operation and maintenance period is anticipated to be 5 years with the option to extend for up to an additional 5 years.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"options": {
"description": "The Council reserves the right to utilise the negotiated procedure without prior publication to award further contracts for new works or the repetition of similar works to the successful Candidate related to the project. Works may include future connections and expansions to the DHN to connect new additional off-takers in the future."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "Renfrewshire Council is using the ESPD (Scotland) to set out the minimum requirements for Candidates and Part 5 of the ESPD (Scotland) to set the objective criteria for assessing otherwise qualified Candidates. Criteria assessed: 4C.1.A - Project Delivery - 20% 4C.1.B - DHN Design Experience - 20% 4C.1.C - Operational and Maintenance - 20% 4C.1.D - Interfaces with other Contractors - 10% 4C.1.E - Working within a restricted access site - 10% 4C.2.A - Key Persons - 15% 4C.4.A - Supply Chain Management - 5%"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend operation and maintenance requirements for up to a further 5 years."
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The contract will include performance conditions including those in relation to fair working practices and community benefits.",
"tendererLegalForm": "Where the Tenderer is a consortium, the Contracts shall be entered into with a nominated lead organisation. All members of the consortium will require to provide a written undertaking (in terms suitable to the Council) that they each accept joint and several liability in respect of their obligations and liabilities arising out of or in connection with the Contracts. It will be for members of the consortium to sort out their respective duties and liabilities amongst each other. For administrative purposes, any associated documentation will be sent to the nominated lead organisation."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true,
"reductionCriteria": "When all the AMIDS DHN RTP Technical Questionnaires for Candidates' who meet the minimum requirements have been scored, these will be ranked according to the Total Weighted Score in order to reduce the number of otherwise qualified Candidates based on that ranking. The council intends to limit the number of otherwise qualified Candidates invited to tender, to a minimum of 5 and maximum of 5. The council reserves the right to invite more than 5 Candidates to tender where the Council considers this is necessary to ensure sufficient competition and equal treatment of Candidates. Where fewer than five Candidates express an interest, all those Candidates meeting the minimum requirements, will be invited to tender."
},
"secondStage": {
"invitationDate": "2020-12-14T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
},
{
"type": "economic",
"description": "Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these works. The Council will require bidders to have a (\"general\") yearly turnover of 10m GBP and to evidence this level of turnover in the previous 3 years. The Council will also require the economic operator to evidence where possible they have a Dun & Bradstreet failure score of no less than 30. The Council recognises that many businesses have been directly affected by the Coronavirus pandemic and therefore may be unable to meet the D&B score. Where an economic operator wishes to be considered for selection under this contract but cannot meet the D&B score that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents.",
"minimum": "The minimum requirements are detailed in Appendix 1 - ESPD requirements of the document titled 'AMIDS DHN ITP Information and Instructions for Candidates' attached to the PCS-tender system and include: Turnover- Bidders will be required to have a minimum \"general\" yearly turnover of 10 m GBP for the last 3 years Insurance - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employers liability - minimum 10m GBP, each and every claim Contractors'; \"All Risks\" Insurance (\"CAR\") = the value of the works +15%; Construction Third Party Liability Insurance (Public liability) - Not less than 25m GBP in respect of any one occurrence, the number of occurrences being unlimited Professional Indemnity insurance -not less than 5m GBP in the aggregate and such insurance shall be in place from the commencement of the Works until no less than twelve (12) years after the Completion Date; and Motor vehicle insurance - unlimited in respect of death or injury and a minimum 5m GBP in respect of property damage. Other economic & financial standing criteria; Dun & Bradstreet - failure score of no less than 30; and Performance Bond in the form contained in the procurement documents."
},
{
"type": "technical",
"description": "Quality Assurance Health & Safety Environmental Management Previous Experience Design and Construction works Technicians or Technical Bodies Supply Chain Management Manpower Tools, Plant and Technical Equipment Sub-Contracting Technical and Professional Ability Working in a restricted access site Operation and Maintenance",
"minimum": "Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or demonstrate equivalent standard). 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 demonstrate equivalent standard) certificate."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 150
},
"requiresGuarantees": true
},
"classification": {
"id": "45232140",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Utilities Contracts (Scotland) Regulations 2016 (SSI 2016/49, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 101 of the 2016 Regulations.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 188-455050"
}
],
"description": "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. The AMIDS DHN project is dependent on securing LCITP capital funding and although this is currently at the final stage of due diligence, at the date of this Contract Notice being published, the funding award is not yet confirmed. The AMIDS DHN Project is also dependent on approval of the business case in accordance with the Council's governance procedures. A decision is anticipated in December 2020. For the avoidance of doubt, the AMIDS DHN procurement will not progress from Selection Stage to Award Stage without confirmation LCITP funding is secured and the business case is approved by the Council. Only when the funding is secured and the business case approved will the Council progress the procurement and publish an invitation to tender to shortlisted Candidates. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 17359. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: Community Benefits will be included as part of the quality related award criteria in the invitation to tender. Community benefits may include: Employment and recruitment Community and third sector support Education and training opportunities SME and local business support Tenderers will have to complete a community benefit outcome menu and supporting methodology as part of the evaluation criteria at the tender stage. Further information in regards to the community benefits being sought for this contract will be contained in the Invitation to Tender. (SC Ref:634868)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000634868"
}
],
"noticetype": "OJEU - F5 - Contract Notice (Utilities)"
}