
Market Leads & Opportunities
United Kingdom-Leeds: The Leeds Alternative Fuel Station (LAFS) — ref. DN323922
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 064-143668/EN)
Nature of contract: Supply contract
Procedure: Competitive dialogue
Regulation of procurement: EU – with participation by GPA countries
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Leeds City Council
Procurement Unit, St. George’s House, 40 Great George Street
Leeds
Postal code: LS1 3DL
United Kingdom
Contact points(s): Procurement Unit
For the attention of: Peter Leighton-Jones
Phone: +44 1133785847
Email: peter.leightonjones@leeds.gov.uk
Internet Address(es):
General address of the contracting authority: www.leeds.gov.uk
Address of the buyer profile:
Electronic access to information: www.yortender.co.uk
Electronic submission of tenders and requests to participate: www.yortender.co.uk
Further information can be obtained from: Leeds City Council
St. George’s House, 40 Great George Street
Leeds
Postal code: LS1 3DL
United Kingdom
For the attention of: Peter Leighton-Jones
Email: peter.leightonjones@leeds.gov.uk
Internet address: www.yortender.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leeds City Council
St. George’s House, 40 Great George Street
Leeds
Postal code: LS1 3DL
United Kingdom
Contact points(s): Sustainable Energy and Air Quality (SEAQ) Team
For the attention of: Peter Leighton-Jones
Email: peter.leightonjones@leeds.gov.uk
Internet address: www.yortender.co.uk
Tenders or requests to participate must be sent to: Leeds City Council
St. George’s House, 40 Great George Street
Leeds
Postal code: LS1 3DL
United Kingdom
Contact points(s): Sustainable Energy and Air Quality (SEAQ) Team
For the attention of: Peter Leighton-Jones
Email: peter.leightonjones@leeds.gov.uk
Internet address: www.yortender.co.uk
I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity: General public services
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
The Leeds Alternative Fuel Station (LAFS) — ref. DN323922
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Main site or location of works, place of delivery or of performance: Leeds
Nuts code:
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 specific contract:
The Council’s base requirement for this project shall be the provision of a CNG and LNG station hooked up to the high pressure (HP) gas main, to enable the large scale conversion of city based council owned vehicles that conduct daily ‘back to depot’, cyclical operations. The idea behind this scheme is that the Council will act as an ‘enabler’, to attract commercial interest in developing the station, by providing a baseload to the finished station, by virtue of a CNG offtake agreement with the operator, who will be identified via this competitive process. The Council is further enabling the project by providing the land upon which the station will be developed and subsequently operated. This land will be leased to the winning bidder. In addition, the HP gas main connection costs will be covered by the Council initially, using money from Northern Gas Network’s (NGN’s) Network Innovation Competition funding. This will then be paid back over a period of time via the station’s operational proceeds. By providing land and a valid connection from the onset, the Council will remove the need for the developer to provide as much upfront capital, hence reducing the risk profile of the venture. The station’s purpose is to prove the concept of CNG infrastructure via a ‘build it and they will come’ approach. The notion is that this will then attract further interest from other large van and HGV fleet operators in Leeds, who will be empowered to buy CNG vehicles, emboldened and inspired by the existence of actual infrastructure for large scale CNG supply in the city. This will then benefit both the Council and the station operator. Although the principal fuel required at the station will be CNG, the Council wants the station to represent a sustainable distribution centre, which is why the station is being referred to as an ‘alternative fuel station’. As a bare minimum the station must include CNG and LNG. The Council would also like the station to include a reasonable number of bays with rapid EV charger points where possible. Furthermore, there is an aspiration for the station to have infrastructure set aside for the provision of hydrogen gas in order to future proof the possible expansion of this fuel as a vehicular option in the future. The anticipated contract value — in terms of the Council’s possible gas off take — is a range between 7.5M GBP and 20M GBP, over the total contractual term of 10 years plus the potential extensions, which account for a further 15 years (25 years overall).
II.1.6) Common procurement vocabulary (CPV): 09100000, 09120000, 63712600, 24111600, 09000000, 45223720
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The 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:
Estimated value excluding VAT:
Range: between 7 500 000,00 and 20 000 000,00 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: yes
Number of possible renewals: 3
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts: in months: 60 (from the award of the contract)
II.3) Duration of the contract or time limit for completion:
Duration in months: 120 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: no
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
III.2.2) Economic and financial ability:
III.2.3) Technical capacity
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 2 and maximum number 5
Objective criteria for choosing the limited number of candidates:
SSQ process will be used with a scored component relating to case studies.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedYES
IV.2) Award criteria:
IV.2.1) Award criteria:
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 authority/entity:
DN323922
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
02.05.2018 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of 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
Interested parties can download the tender documentation directly from www.YORtender.co.uk by using the scheme ID DN323922. Requests for documentation should not be made by telephone or email.
The documentation should be completed and returned by no later than the deadline specified in IV.3.4. Late submissions will not accepted. Bidders can set up a buyer profile in YORtender free of charge.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
The High Court of Justice
The Strand
London
Postal code: WC2A 2LL
United Kingdom
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:Where necessary in order to comply with the Public Contracts Regulations 2006 this authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in 1.1. If an appeal regarding the award of a contract has not been successfully resolved the Public Contract Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and EN Standard form 02 — Contract notice 12 / 17 may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.
VI.5) Date of dispatch of this notice:
29.03.2018
More Opportunties
- Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> > - Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> >