Section one: Contracting entity
one.1) Name and addresses
Bridgend County Borough Council - (Utility)
Procurement Unit, Civic Offices, Angel Street
Bridgend
CF31 4WB
Contact
Michael Jenkins
michael.jenkins@bridgend.gov.uk
Telephone
+44 1656643179
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80483
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etenderwales.bravosolution.co.uk
one.6) Main activity
Other activity
General Public Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Bridgend Town Heat Network - Design, Build, Operate, Maintain
Reference number
B641
two.1.2) Main CPV code
- 45232140 - District-heating mains construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Council is seeking to procure suitably experienced companies to support the successful development of a heat and private electricity network in Bridgend town centre – the Bridgend Town Heat Network (‘BTHN’).
As part of the project the Council is proposing to create an energy service company (‘ESCO’) to enter into the contracts for the design, build, operation and maintenance of the BTHN with the successful contractor following the procurement process. The ESCO will be a newly created special purpose company which is wholly owned by the Council. The ESCO will own the infrastructure as well as operate the BTHN and enter into contracts with customers for the sale of heat and electricity.
Funding for the project is expected to be provided in part from the Council and in part from the Department for Business, Energy and Industrial Strategy (BEIS) Heat Networks Investment Project (HNIP).
two.1.5) Estimated total value
Value excluding VAT: £6,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 09310000 - Electricity
- 09323000 - District heating
- 38551000 - Energy meters
- 42515000 - District heating boiler
- 44163120 - Distance-heating pipes
- 45232140 - District-heating mains construction work
- 45000000 - Construction work
- 45251000 - Construction works for power plants and heating plants
- 45251250 - District-heating plant construction work
- 45259300 - Heating-plant repair and maintenance work
- 45315100 - Electrical engineering installation works
- 45317300 - Electrical installation work of electrical distribution apparatus
- 71314000 - Energy and related services
- 71314200 - Energy-management services
- 71314310 - Heating engineering services for buildings
- 71322200 - Pipeline-design services
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
The Bridgend Town Heat Network project is located adjacent to the centre of Bridgend Town. The scheme is primarily retrofit connecting the existing Bridgend Life Centre, Civic Offices and Bridgend Bowls Centre.
The scheme will create an Energy Centre in the plant room of the Bridgend Life Centre which will utilise a gas CHP engine to supply heat and power to the buildings involved in the scheme. Bridgend County Borough Council is the primary building owner within the scheme (although the Life Centre and Bowls Hall are operated by Halo Leisure).
It is anticipated that the contract scope shall include (but is not limited to):
(1) Design and build of:
(a) the energy centre to be located in the Bridgend Life Centre including CHP unit, back-up/ top-up boilers, thermal stores, and all ancillary plant and equipment required to provide heat and electricity to customers in the Phase 1 scheme.
(b) the district heating network from the energy centre to all customers in the Phase 1 scheme including the connection of the district heating network to the secondary distribution networks within the customer sites. This may include works on the secondary distribution networks to ensure those networks are suitable for connection to the district heating network.
(c) the private wire electricity network from the energy centre to all customers in the Phase 1 scheme.
(2) Operation, maintenance (planned and reactive) and repair of all of the assets being designed and built as referred to at (1) above including performance monitoring and reporting and optimisation of plant operation to minimise the use of back-up boilers. The successful contractor will be responsible for the cost of consumables required for the operation and maintenance of the assets. Lifecycle risk will be retained by the ESCO. However, the successful contractor may be required to carry out lifecycle replacement works at the ESCO's cost.
(3) Collection and provision of metering data and supporting ESCO with customer interface on operational issues including works and maintenance required at customer premises.
The contract will contain the option for the successful contractor to price and carry out the design and build of network extensions to new customers beyond the Phase 1 scheme but the ESCO will reserve the right to benchmark the price of those works and potentially award those works to third party contracts. The contract will require the successful contractor to operate and maintain the network as extended whether or not the contractor has carried out the extension works.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
A shortlist of participants will be drawn up and invited to tender at the ITT stage. The participants with the 3 highest scores will be invited to participate in the negotiation at the ITT stage.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract value stated above includes a current estimated value for Phase 1 (excluding lifecycle) of GBP4.4m (GBP3.4 capex plus O&M) and an allowance of a further GBP1.5m for the value of any network extensions that may be instructed at the Council's option. The contract duration stated above represents 5 years of O&M following the completion of the capital works. This may be extended by a further 5 years at the Council's option.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The contract value includes an estimated value for Phase 1 (excluding lifecycle) of GBP4.4m (GBP3.4 capex plus O&M) and an allowance of a further GBP1.5m for the value of any network extensions that may be instructed at the Council's option. The contract duration stated represents 5 years of O&M following completion of the works. This may be extended by a further 5 years at the Council's option.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
Please see Qualification Questionnaire which is part of the tender documents available as noted at I.3.
three.1.6) Deposits and guarantees required
To be confirmed at invitation to negotiate stage.
three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
To be confirmed at invitation to negotiate stage.
three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded
If the winning bid is from a consortium the Council will contract either with a lead contractor or an appropriately supported special purpose vehicle; or with consortium members on a joint and several basis.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
To be confirmed at invitation to negotiate stage.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Negotiated procedure with prior call for competition
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 March 2021
Local time
4:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 March 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
All dates, timescales and values set out in this notice are estimates only and so subject to change during the tender process, if required. The date and time for tender submission will be confirmed in the invitation to negotiate.
The tender evaluation methodology will be published as part of the invitation to negotiate.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=107988
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The Community Benefits included in this contract will be detailed within the invitation to negotiate.
(WA Ref:107988)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom