Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Works - 258407-2020

03/06/2020    S106

United Kingdom-Glasgow: Construction work

2020/S 106-258407

Contract notice – utilities

Works

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: Scottish Water
Postal address: 6 Buchanan Gate
Town: Glasgow
NUTS code: UKM SCOTLAND
Postal code: G33 6FB
Country: United Kingdom
E-mail: tom.macleod@scottishwater.co.uk
Telephone: +44 7875879507
Internet address(es):
Main address: https://www.scottishwater.co.uk/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Construction-work./NZ6Z3FHP58
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.delta-esourcing.com/tenders/UK-title/NZ6Z3FHP58
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Water

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

The Provision of Renewable Energy Schemes for SW Horizons

Reference number: SW20/HOR/1307
II.1.2)Main CPV code
45000000 Construction work
II.1.3)Type of contract
Works
II.1.4)Short description:

Scottish Water Horizons have committed to deliver 90 GWh of new renewable energy generation projects across all aspects of the SW estate, employing a variety of established and emerging technologies and are seeking companies to deliver the schemes.

This programme will be delivered over an est. 10-year period with installations varying from small-scale 25-50 kW installs to large projects normally not greater than 5 MW, although in some circumstances the projects may exceed 5 MW these will be the exception.

Some projects will require innovative technologies that are not yet fully developed.

Via this procurement Scottish Water will be seeking primarily direct labour organisations that can self-deliver renewable energy schemes examples of some are listed below:

• photovoltaic equipment;

• wind generated renewables;

• hydro generation;

• energy storage equipment;

• heat projects based on heat pump technology;

The schemes will be split into two (2) lots and will be pan Scotland Coverage.

II.1.5)Estimated total value
Value excluding VAT: 45 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one lot only
II.2)Description
II.2.1)Title:

— The Supply, Design and Installation of Renewable Power Generation Assets

Lot No: LOT 1
II.2.2)Additional CPV code(s)
65400000 Other sources of energy supplies and distribution
09331000 Solar panels
31121320 Wind turbines
09300000 Electricity, heating, solar and nuclear energy
31712331 Photovoltaic cells
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
Main site or place of performance:

Scotland.

II.2.4)Description of the procurement:

The contractor should be capable of providing a turnkey project including development and design, install and operating stages of the product lifecycle.

In delivering the project the contractor will be required to have the sufficient direct labour to complete the project with minimal use of subcontractors.

Key elements that the contractor would be expected to complete with their own direct labour are, project development, project design and electrical installation and commissioning.

— The contractor should be able to install solar photovoltaic equipment to offset onsite asset consumption or export to the grid. Solar projects will vary in size and will be in the range of small installations from 50 kW total installed capacity up to a potential 5 MW – these projects will be a combination of ground and roof mounted and may be co-located or stand alone. These solar projects may account for an estimated 75-90 % of the total work allocated through lot 1.

— The contractor should be capable of providing installation of energy storage equipment in front of or behind the meter either as a stand-alone project or as part of a combined on-site generation scheme with the aforementioned solar projects.

— The contractor should be capable of providing installation of wind generated renewable energy schemes to offset asset consumption or export to the grid. Wind projects will vary in size and the model and type of wind turbine will vary according to requirement of project.

— The contractor should be capable of providing installation of hydro generated renewable energy schemes to offset asset consumption or export to the grid. Hydro projects will vary in size and the model and type of hydro turbine will vary according to requirement of project.

— The contractor should be capable of horizon scanning alternative renewable energy technologies and presenting to SWH commercially viable projects based on these alternative technologies,

— The contractor will require to have had previous experience of electrical/mechanical installations on live water and waste water sites preferably in the UK.

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: 31 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

3 years fixed with 5 years worth of extension options.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
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: no
II.2.14)Additional information

A mandatory PQQ submission is to be completed by all bidders — access here: https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Electricity%2C-heating%2C-solar-and-nuclear-energy./NZ6Z3FHP58

A separate PQQ is to be completed for each lot you bid for,The PQQ for lot 1 can be accessed via the following link: https://scottishwater.delta-esourcing.com/respond/EA7S7Q92DB

II.2)Description
II.2.1)Title:

Lot 2: The Supply, Design and Installation of Low Carbon Heat Technologies

Lot No: LOT 2
II.2.2)Additional CPV code(s)
42122000 Pumps
24311800 Carbon
09300000 Electricity, heating, solar and nuclear energy
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
Main site or place of performance:

SCOTLAND.

II.2.4)Description of the procurement:

Lot 2: the supply, design and installation of low carbon heat technologies

The contractor should be capable of providing a turnkey project including design and development, install and operating stages of the product lifecycle.

In delivering the project the contractor will be required to have the sufficient direct labour to complete the project with minimal use of subcontractors.

— The contractor should be able to install Heat pump equipment to offset onsite asset consumption or export to an offsite heat network – examples of this could include installation of heat pumps to offset heat demand at Scottish Water offices as the business moves towards net zero carbon emissions.

— The contractor should have the capability of designing and installing alternative low carbon heat technologies.

– Where heat pumps are not viable or optimum the contractor should be able to bring alternative options and the ability to co-locate with other forms of low carbon technology.

— The contractor should be capable of horizon scanning alternative renewable heat technologies and presenting to SWH commercially viable projects base on these alternative technologies.

The contractor will require to have had previous experience of electrical/mechanical installations on live water and waste water 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: 13 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 96
This contract is subject to renewal: yes
Description of renewals:

3 years fixed with the option of 5 years worth of extensions.

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
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: no
II.2.14)Additional information

A mandatory PQQ submission is to be completed by all bidders — access here: https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Electricity%2C-heating%2C-solar-and-nuclear-energy./NZ6Z3FHP58

A separate PQQ is required for each lot you bid for, the PQQ for lot 2 can be accessed via the following link: https://scottishwater.delta-esourcing.com/respond/7579398662

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Minimum level(s) of standards possibly required:

Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.

III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.6)Deposits and guarantees required:

Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.

III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract.

III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

‘Bidders must comply with modern slavery act and operate an ethical supply chain’.

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
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
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: 09/07/2020
Local time: 11:00
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 tender
Duration in months: 5 (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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Scottish Water will not accept the ESPD. We will only accept a completed Scottish Water PQQ document. This notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this notice or any resulting tender exercise may risk elimination.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Construction-work./NZ6Z3FHP58

To respond to this opportunity, please click here:

https://scottishwater.delta-esourcing.com/respond/NZ6Z3FHP58

Go reference: GO-2020529-PRO-16647217

VI.4)Procedures for review
VI.4.1)Review body
Official name: Glasgow Sheriff Court
Town: Glasgow
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
Official name: Scottish Water
Postal address: 6 Buchanan Gate
Town: Glasgow
Postal code: G33 6FB
Country: United Kingdom
Telephone: +44 8000778778
VI.5)Date of dispatch of this notice:
29/05/2020