Contract notice – utilities
Legal Basis:
Directive 2014/25/EU
Section I: Contracting entity
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationAccess to the procurement documents is restricted. Further information can be obtained at:
www.yorkshirewater.comAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
Section II: Object
II.1)Scope of the procurement
II.1.2)Main CPV code45317300 Electrical installation work of electrical distribution apparatus - CB13
II.1.3)Type of contractWorks
II.1.4)Short description:
Procurement for the appointment to a framework agreement for the construction, operation and maintenance of solar PV arrays on sites identified by the contracting authority.
II.1.5)Estimated total valueValue excluding VAT: 170 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)09331000 Solar panels
II.2.3)Place of performanceNUTS code: UKE YORKSHIRE AND THE HUMBER
II.2.4)Description of the procurement:
The appointment to an 8-year framework agreement with the opportunity to construct bespoke solar PV arrays across c.150 YWS sites to generate electricity to be purchased by YWS under a long-term private power purchase agreement with any surplus exported to the grid. Those awarded onto the framework will be able to bid for discreet packages of sites when they are released for development.
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: 170 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 96
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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.1.6)Deposits and guarantees required:
DevCo cash retention account, Letter of Credit or Parent Company Guarantee Required depending on outcome of economic and financial standing questions
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the procurement documents.
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As set out in the procurement documents.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureNegotiated procedure with prior call for competition
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
Envisaged maximum number of participants to the framework agreement: 4
In the case of framework agreements, provide justification for any duration exceeding 8 years:
8 year term in accordance with Regulation 51(3) of the Utilities Contracts Regulations 2016 (as amended).
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 22/07/2020
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 23/07/2020
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
To express your interest please email colette.mckernan@yorkshirewater.co.uk with full contact details including phone, email and postal address for the individual who will be the primary contact for future correspondence. Bidders will be required to register with the Ariba Sourcing platform to participate in this requirement. All bidders will be required to agree and sign a non-disclosure agreement as well as an Ariba Engagement Policy, which will be available via the Ariba Sourcing platform once registered. This is a mandatory requirement before receipt of any further documentation.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Courts of England and Wales
Postal address: 7 Rolls Buildings Fetter Lane
Town: London
Postal code: EC4A 1NL
Country: United Kingdom
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
Any appeals or requests for review of any decision should, in the first instance, be brought to the attention of the relevant contact as set out in section 1 above. These will be dealt with in accordance with the provisions of the Utilities Contracts Regulations 2016.
In accordance with the Utilities Contracts Regulations 2015, the contracting authority will observe a minimum of 10 clear calendar days' standstill period from the date contract award information is communicated to all tenderers, during which period, an unsuccessful tenderer may seek to challenge contract award before a contract is entered into by the Councils. Any aggrieved party who has or may be affected by a breach of the Utilities Contracts Regulations 2015 may take action in the High Courts of England and Wales.
VI.5)Date of dispatch of this notice:23/06/2020