Opportunity

Rotherham Low Carbon Heat Network

  • Rotherham Metropolitan Borough Council

F02: Contract notice

Notice reference: 2024/S 000-008554

Published 15 March 2024, 10:18pm



The closing date and time has been changed to:

18 April 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Rotherham Metropolitan Borough Council

Riverside House, Main Street

Rotherham

S60 1AE

Contact

Karen Middlebrook

Email

karen.middlebrook@rotherham.gov.uk

Telephone

+44 1709334755

Country

United Kingdom

NUTS code

UKE31 - Barnsley, Doncaster and Rotherham

National registration number

GB173552264

Internet address(es)

Main address

https://www.rotherham.gov.uk/

Buyer's address

https://yortender.eu-supply.com/ctm/Company/CompanyInformation/Index/104118

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=79431&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=79431&B=UK

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Rotherham Low Carbon Heat Network

Reference number

22-295 / 85200

two.1.2) Main CPV code

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy

two.1.3) Type of contract

Supplies

two.1.4) Short description

This ITT is issued by RMBC (“the Council”) in connection with the competitive procurement for technical enabling works and connection to a low carbon heat network, followed by the subsequent supply of heat to an initial 5 buildings within the Council’s estate (namely Town Hall, Civic Theatre, Clifton Park Museum, Orchard Centre and Riverside House). The scope of this procurement does allow for the potential for the following additional buildings to be added to the network at a later date during the terms of this arrangement (Vine Close Boiler House (district heating residential supply), St Anns Boiler House (district heating residential supply), Beeversleigh Flats, Bailey House, Fusion Magna BIC, Eric Manns Building, Chatham Villas – Doncaster Gate, Clifton Park Garden Building, Centenary Market).

two.1.5) Estimated total value

Value excluding VAT: £9,871,419

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
  • 09323000 - District heating
  • 45232140 - District-heating mains construction work

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham

two.2.4) Description of the procurement

This ITT is issued by RMBC (“the Council”) in connection with the competitive procurement for technical enabling works and connection to a low carbon heat network, followed by the subsequent supply of heat to an initial 5 buildings within the Council’s estate (namely Town Hall, Civic Theatre, Clifton Park Museum, Orchard Centre and Riverside House). The scope of this procurement does allow for the potential for the following additional buildings to be added to the network at a later date during the terms of this arrangement (Vine Close Boiler House (district heating residential supply), St Anns Boiler House (district heating residential supply), Beeversleigh Flats, Bailey House, Fusion Magna BIC, Eric Manns Building, Chatham Villas – Doncaster Gate, Clifton Park Garden Building and Centenary Market).

The Council will pay for the technical enabling works to its estate for the 5 buildings, but beyond this it is important to note that the Council will be a customer of heat only, and does not intend to invest capital or form any partnership with potential heat network developers to install and manage the heat network in Rotherham.

The technical enabling works component of the contract is expected to commence September 2024 and requires completion by 31 March 2025 to comply with the Council's funding obligations to Salix in respect of Public Sector Decarbonisation Scheme (PSDS) funding.

Works to fully install the heat network are expected to go beyond this date, but connection to the heat network must be achieved by no later than 31 March 2026 for the supply of heat from this date at the latest.

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: £9,871,419

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 September 2024

End date

31 March 2051

This contract is subject to renewal

Yes

Description of renewals

The Council will review its options ahead of the expiry of the supply contract in respect of future heat supply arrangements that meet the needs and requirements of the organisation at that time.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The heat supply agreement will run for a period of 20 years (240 months), with an option to extend by up to a further 5 years (60 months), which can be taken in any combination.

As detailed above, the Council also reserves the right to add a number of additional buildings / sites to the network subject (but not limited) to internal approvals, funding and needs and requirements being met.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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.2) Conditions related to the contract

three.2.2) Contract performance conditions

As detailed in the tender documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-030832

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

15 April 2024

Local time

12:00pm

Changed to:

Date

18 April 2024

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

15 April 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Contracting Authority 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 (as amended) 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 the Contracting Authority to amend any document and may award damages. If the Contract has been entered into, the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that 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.

six.4.4) Service from which information about the review procedure may be obtained

High Court

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom