Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
4 East Market Street
Edinburgh
EH8 8BG
Contact
Hannah Boutiche
hannah.boutiche@edinburgh.gov.uk
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
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
CT1367 - Heat Network Feasibility Studies Framework Agreement
Reference number
CT1367
two.1.2) Main CPV code
- 71241000 - Feasibility study, advisory service, analysis
two.1.3) Type of contract
Services
two.1.4) Short description
The City of Edinburgh Council is looking to develop a Framework Agreement consisting of heat network feasibility study consultants.
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
- 79314000 - Feasibility study
- 09323000 - District heating
- 09300000 - Electricity, heating, solar and nuclear energy
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 50
Price - Weighting: 50
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council wishes to hold the option to extend for up to 24 months, undertaken at the sole discretion of the Council.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Please find details within the Single Procurement Document (SPD) instructions document.
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.1.2) Economic and financial standing
List and brief description of selection criteria
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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
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.
three.2) Conditions related to the contract
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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
5 August 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 September 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: If the full contract period is undertaken, this requirement shall likely be re-tendered in early to mid 2028.
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
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)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House 27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.