Tender

Heat Network Operations Contract

  • Aberdeen City Council

F02: Contract notice

Notice identifier: 2021/S 000-017000

Procurement identifier (OCID): ocds-h6vhtk-02c9d5

Published 20 July 2021, 9:05am



Section one: Contracting authority

one.1) Name and addresses

Aberdeen City Council

Woodhill House, Westburn Road

Aberdeen

AB16 5GB

Email

cpssprocurement@aberdeencity.gov.uk

Telephone

+44 1467539209

Country

United Kingdom

NUTS code

UKM50 - Aberdeen City and Aberdeenshire

Internet address(es)

Main address

http://www.aberdeencity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00231

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.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

www.publiccontractsscotland.gov.uk

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

Heat Network Operations Contract

Reference number

000-VCTT7379

two.1.2) Main CPV code

  • 71314200 - Energy-management services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender is for the Operation & Maintenance duties associated with a new district heating network being established in Torry, Aberdeen. There will also be a requirement for the successful contractor to undertake (or arrange and manage the undertaking of) some upgrading and additional infrastructure works in relation to expansion of the physical district heating system as the network grows as well as the potential to deliver Metering & Billing services.

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
  • 38551000 - Energy meters
  • 65400000 - Other sources of energy supplies and distribution
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 09323000 - District heating
  • 45259300 - Heating-plant repair and maintenance work
  • 45232141 - Heating works
  • 48444100 - Billing system
  • 45232140 - District-heating mains construction work
  • 45251250 - District-heating plant construction work
  • 44161000 - Pipelines
  • 44163121 - Heating pipes
  • 45231100 - General construction work for pipelines
  • 45331100 - Central-heating installation work
  • 50720000 - Repair and maintenance services of central heating

two.2.3) Place of performance

NUTS codes
  • UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance

Torry, Aberdeen

two.2.4) Description of the procurement

ACC are looking to appoint a 3rd party to manage a new district heating system currently being implemented. As well as the operational aspects - including maintenance of the network - the successful candidate will be expected to work with ACC to promote the network, manage it's expansion throughout the life of the contract and undertake some upgrading and additional infrastructure works to the network itself. There may also be a requirement for the successful candidate to deliver some or all aspects of metering and billing etc

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

There will be the option to extend any resultant contract by up to a further 60 months.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

To ensure a degree of competitiveness whilst maintaining compliance - please see SPD guidance doc for more details

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

There may be a requirement to make additional Works purchases from the successful contract to support the upgrading, growth and expansion of the network as it develops. There may also be a requirement to make additional Service purchases as per the attached project brief. These may be made by separate awards or by way of contract variations - whichever is deemed appropriate at the time.

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

Please refer to the attached SPD Instructions doc

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per 4B.1 within the SPD - Bidders are to provide their turnover figure for each of the past 5 years.

As per 4B.5.1 & 5.2 Bidders are required to confirm their commitment, and ability, to obtain the necessary levels of insurance, should they be successful in being awarded this contract.

Minimum level(s) of standards possibly required

As per 4B.1 the turnover figure for each of the past 5 years must be at least GBP 1M

As per 4B.5.1 & 5.2 the insurance requirements are as follows:

- Employers Liability Insurance = GBP 5M for any one occurrence

- Public Liability Insurance = GBP 10M any one occurrence

Other forms of insurance will be required and shall form part of the award criteria during the ITPN process.

three.1.3) Technical and professional ability

List and brief description of selection criteria

As per 4C.1.2 within the SPD - Bidders must provide 3 examples, from within the last 3 years to demonstrate the following:

- The management and operation of communal / district heating systems including provision of customer contact and customer care.

- The provision of planned maintenance and reactive repair services to communal / district heating energy centres including call-outs and emergency cover.

- The supply and operation of energy meter data collection systems, customer billing and account management.

- The arrangements for management of services and works, including any significant sub-contract or partnership arrangements.

- Activities undertaken to engage with potential customers and promote the uptake of district heating or similar services.

- Processes and activities to assure the health and safety of staff public and customers and minimising environmental impacts in the delivery of the services and works described above.

- Undertaking or managing design, installation and commissioning of upgraded and additional district heating infrastructure to or within occupied domestic buildings including in-building distribution pipework, domestic HIUs and meters.

As per 4C.4 Bidders must provide details of processes for evaluating and selecting sub-contractors and suppliers and quality assurance of sub-contracted works.

As per 4C.6 Bidders should answer by providing Details of their qualifications and accreditations for carrying out the works described in the contract notice including but not limited to:

- Training, qualifications in the maintenance and operation of energy centre plant and equipment and district heating systems including heat interfaces

- Health and safety and risk assessment qualifications and training

- Customer care / customer account management accreditations and training

- Installation and commissioning of customer heat interfaces, heat meters, meter data collection systems.

- Management of maintenance / repair / installation works to occupied premises

Relevant copies of certificates, accreditation statements may be attached as separate documents. ACC may check accreditation / approval status with the relevant bodies where it is relevant to the procurement.

As per 4C.7 Bidders are to provide details of environmental management systems, accreditations and processes to be used for these works.

As per 4C.10 Bidders are to provide details of the percentage of the work to be subcontracted. Where significant (>20% price elements are to be sub-contracted, if possible, identify sub-contractors that are likely to be use, why selected and summarise your experience of working with them on previous similar contracts.

Minimum level(s) of standards possibly required

As per 4C1.2 this information will be scored as follows as part of the selection criteria for the next stage:

Operation and Maintenance Services (30%)

Metering, Billing and Customer Account Management (30%)

Customer engagement (20%)

Health, Safety & Environment (10%)

Installation / upgrade works (10%)

Scores will be allocated as per the scoring matrix within the SPD guidance doc.

As per 4C.4, 4C.6, 4C.7 & 4C.10 responses will be deemed a Pass where the Bidder has provided details relevant to the subject matter of the contract.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The contractual conditions are based on Triple Point Heat Networks Investment Management (HNIP) contract templates that are publicly available, amended to suit the specifics of the proposed project. Optional works packages shall be subject to a suitable standard form construction contract with employer amendments.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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: 2020/S 247-615590

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

Date

20 August 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 September 2021

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This contract is for an initial period of 5 years with the option to extend for up to a further 5 years so publication of a similar requirement may be in c. 9 years time.

six.3) Additional information

Please see the attached Project Brief for more information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=660852.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Relevant and proportionate community benefits will be addresses as part of the qualitative aspect of this tender evaluation process. more information will be provided as part of the ITPN.

(SC Ref:660852)

six.4) Procedures for review

six.4.1) Review body

Aberdeen Sheriff Court

Aberdeen

Country

United Kingdom