Opportunity

Solar Farm Development2021, Newcastle International Airport

  • Newcastle International airport

F05: Contract notice – utilities

Notice reference: 2021/S 000-028501

Published 15 November 2021, 4:25pm



Section one: Contracting entity

one.1) Name and addresses

Newcastle International airport

Woolsington,

Newcastle upon tyne

NE13 8BZ

Contact

Mr Neil McIntyre

Email

nm@newcastleinternational.co.uk

Telephone

+44 1912143106

Fax

+44 1912143561

Country

United Kingdom

NUTS code

UKC2 - Northumberland and Tyne and Wear

Internet address(es)

Main address

https://www.newcastleairport.com

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA2473

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.newcastleairport.com/about-your-airport/environment/solar-farm

Additional information can be obtained from the above-mentioned address

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

one.6) Main activity

Airport-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Solar Farm Development2021, Newcastle International Airport

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

The design, installation and commissioning of a 3MW solar farm on a greenfield site.

two.1.5) Estimated total value

Value excluding VAT: £2,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09332000 - Solar installation
  • 09331200 - Solar photovoltaic modules

two.2.3) Place of performance

NUTS codes
  • UKC2 - Northumberland and Tyne and Wear
Main site or place of performance

Newcastle International Airport,

Woolsington,

Newcastle upon Tyne

Tyne & Wear

NE13 8BZ

two.2.4) Description of the procurement

Newcastle International Airport are seeking expressions of interest to be chosen to participate in a competitive tendering procedure to design, procure, supply, install and commission all elements of a ground-mounted solar farm including the connection of the same to the airports HV network and the local area network provider. The proposed capacity of the solar farm is 3MW and it is to be constructed on a greenfield site.

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: £2,000,000

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

Start date

23 May 2022

End date

9 September 2022

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: 5

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: Yes

Identification of the project

Solar Farm Development 2021, Newcastle International Airport


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

Information and formalities necessary for evaluating if the requirements are met:

Initial assessment will be on the statements of capability containing the information set out in this Section III. A hard copy of the statements must be received from all interested applicants by the contracting authority at the address given by 14th December 2021 (noon) for the applicant to be considered to be invited to tender.

The statement of capability must include the applicant's full name and address, contact name and status and contact telephone number as well as the information requested elsewhere in this notice. Such information should also include:

1. Certificate of incorporation or equivalent and/or professional/commercial registration (if applicable).

2. VAT registration number.

3. Details of parent company or other group companies (if applicable) together with their certificate of incorporation or equivalent. In the statement of capability the applicant must confirm that the matters listed in sub-paragraphs a) to h) below do not apply, nor have applied in the past, to it. If this cannot be confirmed an explanation should be provided.

a) being an individual who is bankrupt or has had a receiving order or administration order made against him or has made any composition or arrangement with or for the benefit of his creditors or appears unable to pay, or to have no reasonable prospect of being able to pay, a debt within the meaning of Section 268 of the Insolvency Act 1968, or Article 242 of the Insolvency (Northern Ireland) Order 1989, or in Scotland has granted a trust or deed for creditors or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of his estate, or is the subject of any similar procedure under the law of any other State;

b) being a partnership constituted under Scots law has granted a trust deed or become otherwise apparently insolvent, or is the subject of a petition presented for sequestration of its estate;

c) being a company which has passed a resolution or is the subject of an order by the court for the company's winding up otherwise than for the purpose of bona fide reconstruction or amalgamation or has had a receiver, manager or administrator on behalf of a creditor appointed in respect of the company's business or any part thereof or is the subject of proceedings for any of the above procedures or is the subject of similar procedures under the law of any other State;

d) has been convicted of a criminal offence relating to the conduct of his business or profession;

e) has committed an act of grave misconduct in the course of his business or profession;

f) has not fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the applicant is established;

g) has not fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the applicant is established;

h) is guilty of serious misrepresentation on providing any information to the contracting authority. Applicants should indicate if they are applying as a consortium or joint venture and if so , who are the parties. All of the information must be provided for each member of a consortium or joint venture, seeking to be invited to tender.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Information and formalities necessary for evaluating if the requirements are met:

Company financial information relating to the past 3 years of trading including cashflow and balance sheets and any significant post balance sheet events for the last 3 years. The financial information should include: net worth, total capital assets employed, other capital employed, turnover, net profit, current assets, current liabilities, stock, trade, creditors/debtors, statement of contingent liability, material pending or threatened litigation or legal proceedings, existing or future financial commitments

three.1.3) Technical and professional ability

List and brief description of selection criteria

Information and formalities necessary for evaluating if the requirements are met:

1.Provide details of the applicant's previous experience of carrying out similar works (design and build of solar farms above 1MW in size), specifying the forms of contract, contract values, contract periods, generating capacity, location of PV array (ground or roof), annual and cumulative performance ratios achieved and clients involved together with references.

2. Provide details of company size, structure and demographics including a statement of average annual manpower and the number of managerial staff over the last 3 years and a brief CV for the proposed project leader and each key member of the proposed team.

3. Provide details of any relevant professional or trade organisations by which your company is accredited.

4. Details of quality management procedures and accreditation.

5. Provide details of applicant's health and safety policy.

6. Provide a statement of the applicant's environmental policy.

7. Provide details of any prohibition notices or formal cautioning or prosecutions in relation to the applicant's business.

three.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Following receipt of the requests to participate the contracting authority will review the submissions in respect of all the criteria requested in Section III. On completion of the review invitations to tender will be issued to the 5 applicants who the contracting authority consider have submitted the optimum submissions and demonstrated they are most capable of fulfilling the contract.

three.1.6) Deposits and guarantees required

A performance bond or parent company guarantee may be required.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Payments will be made in accordance with the FIDIC Conditions of Contract for Plant & Design Build subject to the following:

1. Advance payments will not be made under any circumstances.

2. Interim payments will be made at monthly intervals.

3. Payments will not be included for materials until they are delivered to site.

4. A retention percentage of 3% will be deducted from interim payments and subsequently released in accordance with the Contract

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.1.8) 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

20 December 2021

Local time

12:00pm

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

12 January 2022

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: 3 (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 invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authority reserves the right to change this notice without notice, the award procedure, to reject all or any bids for the contract, determining discussions without any liability on its part. Tenders and all supporting documents must be priced in sterling. Any agreement entered into will be considered to be a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English court. The contracting authority is not liable for any costs incurred by those expressing an interest in this contract opportunity.

(MT Ref:224422)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit