Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
2838_19 Renewable Energy Solutions
Reference number: 2838_19
II.1.2)Main CPV code71314000 Energy and related services
II.1.3)Type of contractSupplies
II.1.4)Short description:
The supply and installation of solar PV’s and renewable heat generation, and consultancy for renewable energy projects.
To tender:
(a) go to www.eastmidstenders.org
(b) register;
(c) search for tender opportunity ‘2838_19’;
d) express an interest;
(e) download the tender from the website.
II.1.5)Estimated total valueValue excluding VAT: 6 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Supply and Installation of Solar PV’s (up to 50 kW) and Associated Products
Lot No: 1
II.2.2)Additional CPV code(s)09000000 Petroleum products, fuel, electricity and other sources of energy
09300000 Electricity, heating, solar and nuclear energy
09330000 Solar energy
09331000 Solar panels
09331200 Solar photovoltaic modules
45261215 Solar panel roof-covering work
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
The supply and installation of solar PV’s and associated products such as battery storage.
The following information is applicable to all lots: ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate Framework Agreement (the Second Framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself. Any second Framework Agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Ltd may enter into the second Framework Agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 100 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/08/2019
End: 31/07/2021
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The following information is applicable to all lots: An eAuction process may be used to award subsequent call-off contracts following the reopening of competition among the parties to the Framework Agreement.
II.2)Description
II.2.1)Title:
Supply and Installation of Renewable Heat Generation Systems (up to 300 kW)
Lot No: 2
II.2.2)Additional CPV code(s)09300000 Electricity, heating, solar and nuclear energy
09331100 Solar collectors for heat production
42161000 Hot-water boilers
42511100 Heat-exchange units
42511110 Heat pumps
44621210 Water boilers
44621220 Central-heating boilers
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
The supply and installation of renewable heat generation systems such as solar thermal panels and tubes, biomass boilers, air source heat pumps and ground source heat pumps.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 100 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/08/2019
End: 31/07/2021
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Consultancy and Project Management for All Types of Renewable Energy Systems
Lot No: 3
II.2.2)Additional CPV code(s)71314000 Energy and related services
71314200 Energy-management services
71314300 Energy-efficiency consultancy services
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
The provision of consultancy and project management services for the delivery of renewable energy projects.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 1 800 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/08/2019
End: 31/07/2021
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The Framework Agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
This contract will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.
Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Ltd.
Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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 participateDate: 24/06/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 24/06/2019
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
2014/24/EU, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire and Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-%281%29/FAQs/Legal
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Royal Court of Justice
Postal address: WC2A 2LL
Town: London
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
ESPO will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:24/05/2019