Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The City of Edinburgh Council
4 East Market Street
Edinburgh
EH8 8BG
UK
Person cyswllt: Hannah Boutiche
E-bost: hannah.boutiche@edinburgh.gov.uk
NUTS: UKM75
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.edinburgh.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
CT1367 - Heat Network Feasibility Studies Framework Agreement
Cyfeirnod: CT1367
II.1.2) Prif god CPV
71241000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
The City of Edinburgh Council is looking to develop a Framework Agreement consisting of heat network feasibility study consultants.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 600 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
71241000
79314000
09323000
09300000
II.2.3) Man cyflawni
Cod NUTS:
UKM75
II.2.4) Disgrifiad o’r caffaeliad
The City of Edinburgh Council is looking to develop a Framework Agreement consisting of heat network feasibility study consultants.
The Council have identified 17 prospective heat network zones in Edinburgh. To support the development of heat networks in multiple zones, we wish to commission feasibility studies providing more detailed information on the opportunity in each zone. The core purpose and focus of the studies is to assess whether a potential heat network project is technically feasible and economically viable. The studies produced are not expected to consider the commercial model to be used to deliver the heat network, or to deliver an outline business case.
It is envisioned that the areas subject to feasibility studies would generally be aligned to zone boundaries, however in some cases the Council may specify a study area covering more than one zone, or alternatively part of a zone. As such, we envisage that there will be up to 12 to 15 studies undertaken over the full Framework Agreement period, however this should be treated as indicative only.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 50
Price
/ Pwysoliad:
50
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 600 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
The Council wishes to hold the option to extend for up to 24 months, undertaken at the sole discretion of the Council.
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Nifer yr ymgeiswyr a ragwelir: 5
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
Please find details within the Single Procurement Document (SPD) instructions document.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Part 4: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have a minimum “general” annual turnover of 100,000 GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part 4: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:
- Current ratio for Current Year: 1.10
- Current ratio for Prior Year: 1.10
The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderers’ current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part 4: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
- a. Employers (Compulsory) Liability Insurance - 5m GBP
- b. Public Liability Insurance - 5m GBP
- c. Professional Indemnity Insurance - 5m GBP
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council may exclude the Tenderer from the competition.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Part IV: Selection Criteria - Technical and Professional Ability – Question 4C.1 – Tenderers are required to answer the following questions:
Question 1 – Experience – 100%
Please provide a single case study of a Heat Network Feasibility Study your organisation has conducted in the past five years and to at least RIBA Stage 2 (Concept Design) or equivalent.
Responses must detail the following sections;
- An overview of the key deliverables provided to the client, listing the key pieces of information that were supplied as part of the project. Any products such as designs, maps and schedules that were created as part of the project should be detailed here also;
- Details of the process and tools that were utilised to produce the deliverables. The processes and tools utilised should be provided in bullet point format with a short description of each item. Examples of tools utilised should include, but are not limited to, software, analysis techniques and consultations;
- Details of what quality management and/or quality controls your organisation utilised to ensure all deliverables were of suitable quality, including any technical standards that were followed; and
- Details of the key findings and recommendations of the feasibility study in question as well as how this information was received and used by the client.
Higher marks will be allocated to case study responses which cover the aspects requested above in the required level of detail, that clearly demonstrate how your organisation provided value to the client in terms of the quality and useability of the deliverables supplied and the rigor of the processes and tools used to produce the deliverables.
Your response is limited to 6 A4 pages (including any images). Please also note that pages are defined as single sides of A4 paper.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 3
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
05/08/2024
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
30/09/2024
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
If the full contract period is undertaken, this requirement shall likely be re-tendered in early to mid 2028.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 26617. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Service Providers are expected to offer a suitable Community Benefit offering linked to the service. Further information can be found within the tender documentation.
(SC Ref:766057)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Edinburgh Sheriff Court
Sheriff Court House 27 Chambers Street
Edinburgh
EH1 1LB
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.
VI.5) Dyddiad anfon yr hysbysiad hwn
04/07/2024