Section one: Contracting authority
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
Contact
William Tomelty
procurement@north-ayrshire.gov.uk
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.north-ayrshire.gov.uk
Buyer's address
http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
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
Design and Build of a Solar PV Farm at Nethermains, Kilwinning
Reference number
NAC/5061
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
North Ayrshire Council (“NAC”) invites tenders for the design and build of a solar PV farm at Nethermains, Kilwinning). The resultant contract will be for a period of 56 months, including 8 months design and build, 12 months operation and 48 months maintenance commencing October 2021 until May 2026 with the option to extend the operation by up to 6 months until November 2023 and the maintenance by up to 16 years until May 2042. The operation and maintenance will run together in year 1 and potentially year 2 if the operation extension is utilised.
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
- 09331000 - Solar panels
- 09331200 - Solar photovoltaic modules
- 09332000 - Solar installation
- 31200000 - Electricity distribution and control apparatus
- 45231400 - Construction work for electricity power lines
- 50411300 - Repair and maintenance services of electricity meters
- 51112000 - Installation services of electricity distribution and control equipment
- 65300000 - Electricity distribution and related services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance
Nethermains, Kilwinning.
two.2.4) Description of the procurement
North Ayrshire Council (“NAC”) invites tenders for the design and build of a solar PV farm at Nethermains, Kilwinning). The resultant contract will be for a period of 56 months, including 8 months design and build, 12 months operation and 48 months maintenance commencing October 2021 until May 2026 with the option to extend the operation by up to 6 months until November 2023 and the maintenance by up to 16 years until May 2042. The operation and maintenance will run together in year 1 and potentially year 2 if the operation extension is utilised.
two.2.5) Award criteria
Quality criterion - Name: Solar PV Programme of Works / Weighting: 10
Quality criterion - Name: Operation and Maintenance Arrangements / Weighting: 10
Quality criterion - Name: Health and Safety / Weighting: 10
Quality criterion - Name: Solar PV Design and Equipment / Weighting: 20
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
56
This contract is subject to renewal
Yes
Description of renewals
NAC reserve the right to extend operation by up to 6 months, and reserve the right to extend maintenance by up to 16 years. Extensions will be at the sole discretion of NAC and subject to satisfactory performance and funding.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders will be required to have a minimum yearly “general” turnover of 6,768,000 GBP for the last 3 years.
North Ayrshire Council reserve the right to review the bidders financial information including information from credit reference agencies at tender stage and throughout the life of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP each and every claim and unlimited in the period.
Public Liability Insurance = 5,000,000 GBP each and every claim and unlimited in the period.
Product Liability Insurance = 5,000,000 GBP in the aggregate in the policy period.
Professional Indemnity Insurance = 10,000,000 GBP each and every claim, unlimited in the period and for a period of 6 years following completion of the contract or earlier termination.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide a minimum of 2 examples of works carried out in the past 5 years that demonstrates they have the relevant experience to deliver the work as described in part II.2.4 of the Contract Notice. Example 1 should include the design and build of a similar PV farm and Example 2 should include a large-scale energy renewable project. Unsatisfactory experience will result in exclusion from the tender process.
Bidders must also provide two satisfactory references for the same two contracts on the reference templates provided. References should be completed and signed by previous customers. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to NAC-5061 Technical Specification.
three.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 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.2.2) Time limit for receipt of tenders or requests to participate
Date
23 July 2021
Local time
12:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 July 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Lots are not being used for this tender for the reasons stated below:
Nature of the contract not suitable for lots.
Delivery of the contract is location specific.
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.
Health and Safety Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.
Environmental Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18948. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Contractor is likely to have their own sub-contractors to draw from.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community benefits will be requested on a minimum requirement basis for:
Employability
Supply Chain Initiatives
Education and Community Engagement
(SC Ref:657240)
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Telephone
+44 1563550024
Country
United Kingdom