An official website of the European Union

593898-2021 - Competition

Notice View

Summary

2021-OJS225-593898-en
I.1.
Name and addresses
Official name: Newcastle International airport
Postal address: Woolsington,
Town: Newcastle upon tyne
NUTS code: UKC2 Northumberland and Tyne and Wear
Postal code: NE13 8BZ
Country: United Kingdom
Contact person: Mr Neil McIntyre
Telephone: +44 1912143106
Fax: +44 1912143561
Internet address(es):
I.6.
Main activity
Airport-related activities
II.1.1.
Title
Solar Farm Development2021, Newcastle International Airport
II.1.2.
Main CPV code
45200000 Works for complete or part construction and civil engineering work
II.1.3.
Type of contract
Works
II.1.5.
Estimated total value
Value excluding VAT: 2 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
09332000 Solar installation, 09331200 Solar photovoltaic modules
II.2.3.
Place of performance
NUTS code: UKC2 Northumberland and Tyne and Wear
II.2.6.
Estimated value
Value excluding VAT: 2 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Start: 23/05/2022 End: 09/09/2022
This contract is subject to renewal: no
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 20/12/2021 Local time: 12:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 12/01/2022
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
VI.5.
Date of dispatch of this notice
15/11/2021

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2021-OJS225-593898-en
593898-2021 - CompetitionUnited Kingdom-Newcastle upon tyne: Works for complete or part construction and civil engineering work
OJ S 225/2021 19/11/2021
Contract notice – utilities
Works
Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1.
Name and addresses
Official name: Newcastle International airport
Postal address: Woolsington,
Town: Newcastle upon tyne
NUTS code: UKC2 Northumberland and Tyne and Wear
Postal code: NE13 8BZ
Country: United Kingdom
Contact person: Mr Neil McIntyre
Telephone: +44 1912143106
Fax: +44 1912143561
Internet address(es):
I.3.
Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.newcastleairport.com/about-your-airport/environment/solar-farm
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6.
Main activity
Airport-related activities

Section II: Object

II.1.
Scope of the procurement
II.1.1.
Title
Solar Farm Development2021, Newcastle International Airport
II.1.2.
Main CPV code
45200000 Works for complete or part construction and civil engineering work
II.1.3.
Type of contract
Works
II.1.4.
Short description
The design, installation and commissioning of a 3MW solar farm on a greenfield site.
II.1.5.
Estimated total value
Value excluding VAT: 2 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
09332000 Solar installation, 09331200 Solar photovoltaic modules
II.2.3.
Place of performance
NUTS code: UKC2 Northumberland and Tyne and Wear
Main site or place of performance: Newcastle International Airport, Woolsington, Newcastle upon Tyne Tyne & Wear NE13 8BZ
II.2.4.
Description of the procurement
Newcastle International Airport are seeking expressions of interest to be chosen to participate in a competitive tendering procedure to design, procure, supply, install and commission all elements of a ground-mounted solar farm including the connection of the same to the airports HV network and the local area network provider. The proposed capacity of the solar farm is 3MW and it is to be constructed on a greenfield site.
II.2.5.
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6.
Estimated value
Value excluding VAT: 2 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Start: 23/05/2022 End: 09/09/2022
This contract is subject to renewal: no
II.2.9.
Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10.
Information about variants
Variants will be accepted: no
II.2.11.
Information about options
Options: no
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Solar Farm Development 2021, Newcastle International Airport
II.2.14.
Additional information

Section III: Legal, economic, financial and technical information

III.1.
Conditions for participation
III.1.1.
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Information and formalities necessary for evaluating if the requirements are met:
Initial assessment will be on the statements of capability containing the information set out in this Section III. A hard copy of the statements must be received from all interested applicants by the contracting authority at the address given by 14th December 2021 (noon) for the applicant to be considered to be invited to tender.
The statement of capability must include the applicant's full name and address, contact name and status and contact telephone number as well as the information requested elsewhere in this notice. Such information should also include:
1. Certificate of incorporation or equivalent and/or professional/commercial registration (if applicable).
2. VAT registration number.
3. Details of parent company or other group companies (if applicable) together with their certificate of incorporation or equivalent. In the statement of capability the applicant must confirm that the matters listed in sub-paragraphs a) to h) below do not apply, nor have applied in the past, to it. If this cannot be confirmed an explanation should be provided.
a) being an individual who is bankrupt or has had a receiving order or administration order made against him or has made any composition or arrangement with or for the benefit of his creditors or appears unable to pay, or to have no reasonable prospect of being able to pay, a debt within the meaning of Section 268 of the Insolvency Act 1968, or Article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has granted a trust or deed for creditors or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of his estate, or is the subject of any similar procedure under the law of any other State;
b) being a partnership constituted under Scots law has granted a trust deed or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of its estate;
c) being a company which has passed a resolution or is the subject of an order by the court for the company's winding up otherwise than for the purpose of bona fide reconstruction or amalgamation or has had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company's business or any part thereof or is the subject of proceedings for any of the above procedures or is the subject of similar procedures under the law of any other State;
d) has been convicted of a criminal offence relating to the conduct of his business or profession;
e) has committed an act of grave misconduct in the course of his business or profession;
f) has not fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the applicant is established;
g) has not fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the applicant is established;
h) is guilty of serious misrepresentation on providing any information to the contracting authority. Applicants should indicate if they are applying as a consortium or joint venture and if so , who are the parties. All of the information must be provided for each member of a consortium or joint venture, seeking to be invited to tender.
III.1.2.
Economic and financial standing
List and brief description of selection criteria:
Information and formalities necessary for evaluating if the requirements are met:
Company financial information relating to the past 3 years of trading including cashflow and balance sheets and any significant post balance sheet events for the last 3 years. The financial information should include: net worth, total capital assets employed, other capital employed, turnover, net profit, current assets, current liabilities, stock, trade, creditors/debtors, statement of contingent liability, material pending or threatened litigation or legal proceedings, existing or future financial commitments
III.1.3.
Technical and professional ability
List and brief description of selection criteria:
Information and formalities necessary for evaluating if the requirements are met:
1.Provide details of the applicant's previous experience of carrying out similar works (design and build of solar farms above 1MW in size), specifying the forms of contract, contract values, contract periods, generating capacity, location of PV array (ground or roof), annual and cumulative performance ratios achieved and clients involved together with references.
2. Provide details of company size, structure and demographics including a statement of average annual manpower and the number of managerial staff over the last 3 years and a brief CV for the proposed project leader and each key member of the proposed team.
3. Provide details of any relevant professional or trade organisations by which your company is accredited.
4. Details of quality management procedures and accreditation.
5. Provide details of applicant's health and safety policy.
6. Provide a statement of the applicant's environmental policy.
7. Provide details of any prohibition notices or formal cautioning or prosecutions in relation to the applicant's business.
III.1.4.
Objective rules and criteria for participation
List and brief description of rules and criteria:
Following receipt of the requests to participate the contracting authority will review the submissions in respect of all the criteria requested in Section III. On completion of the review invitations to tender will be issued to the 5 applicants who the contracting authority consider have submitted the optimum submissions and demonstrated they are most capable of fulfilling the contract.
III.1.6.
Deposits and guarantees required
A performance bond or parent company guarantee may be required.
III.1.7.
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Payments will be made in accordance with the FIDIC Conditions of Contract for Plant & Design Build subject to the following:
1. Advance payments will not be made under any circumstances.
2. Interim payments will be made at monthly intervals.
3. Payments will not be included for materials until they are delivered to site.
4. A retention percentage of 3% will be deducted from interim payments and subsequently released in accordance with the Contract
III.2.
Conditions related to the contract
III.2.3.
Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1.
Description
IV.1.1.
Type of procedure
Restricted procedure
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2.
Administrative information
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 20/12/2021 Local time: 12:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 12/01/2022
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
IV.2.6.
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1.
Information about recurrence
This is a recurrent procurement: no
VI.2.
Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3.
Additional information
The contracting authority reserves the right to change this notice without notice, the award procedure, to reject all or any bids for the contract, determining discussions without any liability on its part. Tenders and all supporting documents must be priced in sterling. Any agreement entered into will be considered to be a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English court. The contracting authority is not liable for any costs incurred by those expressing an interest in this contract opportunity.
(MT Ref:224422)
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: Public Procurement Review Service
Postal address: Cabinet Office
Town: London
Country: United Kingdom
Telephone: +44 3450103503
VI.5.
Date of dispatch of this notice
15/11/2021