UK-Bristol: wind turbines

Source By: http://www.theconstructionindex.co.uk/

UK-Bristol: wind turbines

Directive 2004/17/EC

Section I: Contracting entity

I.1) Name, addresses and contact point(s)

For the attention of: Telephone: E-mail: Fax: Bristol City Council The Council House College Green Martin Strawson BS1 5TR Bristol UNITED KINGDOM +44 1173525095 Martin.Strawson@bristol.gov.uk +44 1179036884 Internet address(es): General address of the contracting entity:www.bristol.gov.uk Electronic submission of tenders and requests to participate: www.proactisplaza.com Further information can be obtained from: Internet address: BS1 5TR Bristol UNITED KINGDOMhttps://www.proactisplaza.com/ via reference PRO1000008 – suppliers will all need to register with the supplier portal before accessing documents under this project reference – applies to A.II and A.III : Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from Internet address: Bristol City Council BristolUNITED KINGDOM www.proactisplaza.com/ : Tenders or requests to participate must be sent to Internet address: Bristol City Council BristolUNITED KINGDOM www.proactisplaza.com/

I.2) Main activity

Electricity

I.3) Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting entity:

Supply of 2 x wind turbines, Avonmouth, Bristol.

II.1.2) Type of contract and location of works, place of delivery or of performance

Supplies Purchase Main site or location of works, place of delivery or of performance: Avonmouth, Bristol – exact location including co-ordinates are detailed in the ITT documents. NUTS code UKK11 Bristol

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves a public contract

II.1.4) Information on framework agreement

II.1.5) Short description of the contract or purchase(s):

Bristol City Council (the “Council”) is developing a wind farm in Avonmouth, northwest Bristol at a site owned by the Council. The Council is seeking to procure 2 wind turbines (each with a maximum capacity of 3 to 3.4 MW and maximum tip height of 131 metres), their erection and mechanical completion, energisation and commissioning, SCADA installation, acceptance testing, and operation and maintenance. The Council anticipates that the operation and maintenance services will be provided for a period of 15 years, but the Council reserves the right to agree with the successful bidder a different period for such services. Bidders should note that the estimated contract duration in II.1.3 of this notice is based on a 15 year period for such services, although the actual contract duration will depend on the agreed period for such services. The Council will conduct a separate procurement for the balance of plant works for the wind farm. The Council has obtained planning permission for the wind farm. The Council will be securing funding for the development of the wind farm itself and has approval to do so through prudential borrowing or other sources of finance. A grid connection offer from Western Power Distribution has been accepted the Council. One of the key drivers for the project is for the wind farm to be fully commissioned and operational in advance of the ROC re-banding date of 1.4.2013. Please refer to the invitation to tender for details regarding how this issue is to be dealt with as part of the procurement process. Further details regarding (amongst other things) the wind farm, this procurement process, the project context and the evaluation approach are set out in the invitation to tender documents. Note: With respect to Section IV.3.6 – tenders should remain valid for 180 days (the EU notices website as of 9/1/12 misses out IV.3.6 from the entry options, hence being mentioned here).

II.1.6) Common procurement vocabulary (CPV)

31121320 Wind turbines 50711000 Repair and maintenance services of electrical building installations

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): no

II.1.8) Information about lots

This contract is divided into lots: no

II.1.9) Information about variants

Variants will be accepted: no

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

Supply, installation, operation and maintenance of two wind turbines at Avonmouth, Bristol. Operation and maintenance services will also be provided. The Council anticipates that these services will be provided for a period of 15 years, but the Council reserves the right to agree with the successful bidder a different period for such services. Estimated value excluding VAT Range: between 4 000 000,00 and 6 500 000,00 GBP

II.2.2) Information about options

Options: no

II.2.3) Information about renewals

This contract is subject to renewal: no

II.3) Duration of the contract or time limit for completion

Starting 13.4.2012 Completion 31.3.2028

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

Please refer to invitation to tender documents.

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Please refer to invitation to tender documents.

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Please refer to invitation to tender documents.

III.1.4) Other particular conditions:

The performance of the contract is subject to particular conditions: yes Description of particular conditions: Please refer to the invitation to tender documents.

III.2) Conditions for participation

III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Please refer to the invitation to tender documents.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: Please refer to the invitation to tender documents.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: Please refer to the invitation to tender documents.

III.2.4) Information about reserved contracts

III.3) Conditions specific to services contracts

III.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Negotiated Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate

IV.2.2) Information about electronic auction

An electronic auction will be used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting entity:

Supplier Portal Reference “PRO1000008″

IV.3.2) Previous publication(s) concerning the same contract

Periodic indicative notice Notice number in the OJEU: 2010/S 156-241052 241052-2010 of 11.8.2010

IV.3.3) Conditions for obtaining specifications and additional documents

(except for a DPS)

IV.3.4) Time limit for receipt of tenders or requests to participate

10.2.2012 – 12:00

IV.3.5) Language(s) in which tenders or requests to participate may be drawn up

English.

IV.3.6) Minimum time frame during which the tenderer must maintain the tender

IV.3.7) Conditions for opening tenders

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: no

VI.2) Information about European Union funds

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

VI.3) Additional information:

This procurement is exempt from the Utilities Contracts Regulations 2006 (as amended) (the “Utilities Regulations”) pursuant to Regulation 9 of the Utilities Regulations and the decision of the European Commission of 8.3.2006. Accordingly, the publication of this contract notice is not mandatory. The reason the Council has decided to publish this contract notice is to ensure compliance with the principles established under the Treaty of the Functioning of the European Union such as transparency, equal treatment and non-discrimination. Neither the issue of this contract notice, the online pre-qualification, the invitation to tender, the ITN (if applicable) or any other tender documents should be taken as acceptance that the Utilities Regulations, Directive 2004/17/EC or procurement law generally applies to this procurement nor is intended to create any contract (express or implied) that the Council is conducting the tender process in accordance with the Utilities Regulations, Directive 2004/17/EC or procurement law. Further details of the tender process to be followed are set out in part 1 of the invitation to tender documents. All documentation, questions and responses will be managed via the Proactis portal, which can be accessed via the following URL: www.proactisplaza.com . Bidders should not to use any other means of communications. Regarding IV.3.4, requests to participate must be made by completion and submission of the invitation to tender and on-line pre-qualification. The Proactis portal will not allow the pre-qualification and invitation to tender to be completed, or any documents uploaded, after the deadline set out in IV.3.4 has passed. Completed documents submitted by any means other than the Proactis portal, or after the deadline, will not be considered. Bidders are advised to allow sufficient time to upload all documentation.

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

UNITED KINGDOM

VI.4.2) Lodging of appeals

VI.4.3) Service from which information about the lodging of appeals may be obtained

VI.5) Date of dispatch of this notice:

9.1.2012

Comments are closed.

Sites