web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Portsmouth: Combined Heat and Power Engine — Multi Contractor Framework Agreement — Portsmouth and Sub-region

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 116-284420/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Portsmouth City Council
Postal address: Procurement Service, Floor 5 Core 3, Civic Office, Guildhall Square
Town: Portsmouth
Postal code: PO1 2AL
Country: United Kingdom
Contact Person: Procurement Service
Telephone: +44 2392688235
Email: procurement@portsmouthcc.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
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:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Combined Heat and Power Engine — Multi Contractor Framework Agreement — Portsmouth and Sub-region
II.1.2) Main CPV code: 42110000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Portsmouth City Council (the ‘Council’) is inviting tenders for inclusion onto a multi contractor Framework Agreement that will be used to let the purchase, installation and ongoing maintenance of Combined Heat and Power Engines (CHP). The framework will be open to all Contracting Authorities situated within Hampshire, IOW, East and West Sussex, Surrey and Dorset, however the Council cannot provide any usage commitments to this effect.
The Council will establish the framework concurrently with the letting of a live project being:
— supply, installation and ongoing maintenance of a CHP engine at the Mountbatten Leisure Centre, estimated whole life cost of 600 000 GBP.
Award of the framework and live project contract is targeted for Friday 6.9.2019. The agreement will run for period of 4 years, with the option to extend for a further 2 years.
The deadline for submission of tenders is Friday 2nd July (14:00).
II.1.5) Estimated total value:
Value excluding VAT: 50000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
45231000, 45230000, 45231221, 45259900, 45259300, 45259000, 45251000, 45311000, 45311100, 45317100, 45350000, 45351000, 50710000

II.2.3) Place of performance
Nuts code: UKJ3, UKJ34, UKJ31, UKJ2, UKJ32, UKK2, UKJ35, UKJ36, UKJ37, UKJ21, UKJ22, UKJ25, UKJ26, UKJ27, UKJ28, UKK22, UKK21
II.2.4) Description of the procurement:
Portsmouth City Council (the ‘Council’) is inviting tenders for inclusion onto a multi contractor Framework Agreement that will be used to let the purchase, installation and ongoing maintenance of Combined Heat and Power Engines (CHP).
Award of the framework and live project contract is targeted for September 2019. The agreement will run for a period of 4 years with an option to extend for a further 2 years. The Framework Agreement will be established via evaluation of tenders submitted for the following live project:
— supply, installation and ongoing maintenance of a CHP engine at the Mountbatten Leisure Centre.
The project will be let on an individual basis to the contractor who achieves the highest score. That contractor plus the next ranking contractors up to a maximum total number of 6 will be appointed onto the Framework Agreement. Call-off contracts may then be let on a ranked direct award or mini-competition basis.
The whole life contract value (supply, installation and 15 year servicing package) is estimated to be 600 000 GBP. A site visit and bidders briefing will be held at the Mountbatten Centre on Wednesday 26th June starting at 10:00 a.m.
For the Mountbatten Centre CHP the Council is inviting tenders on the basis of a 2 stage open book procedure whereby following completion of design, programme, installation methodology, installation cost, etc. under a 1st stage JCT Pre-Construction Service Agreement the Council will enter into a JCT Design and Build Contract with the contractor who will be responsible for all aspects of supply and installation.
However tenderers may also submit a variant single stage lump sum bid at their option and also have the ability on both a reference and variant basis to put forward different CHP solutions.
Tenderers are permitted to put forward multiple options which may be on either a technical solution and/or method and programme basis for consideration which, at the discretion of contractors, can take the form of summary level considerations or more developed stand-alone proposals.
The framework will be utilised to let works for sites with a variety of uses and will not be limited to leisure centres (for example). Although it is likely that higher value CHP works or CHPs with more complex specifications would be sourced via a bespoke advertised tender process there is no CHP size or model limit to the projects that could be let via the framework. The Council reserves the right to tender projects via the framewok on:
— a CHP engine supply only basis,
— a CHP engine supply and installation basis,
— a CHP engine supply, install, operate and maintain basis.
Whilst the Mountbatten Centre project does not require a power purchase agreement with the preferred bidder, the council or the agreed framework Contracting Authority may tender via the framework on the basis of securing a power purchasing agreement.
The Council envisages projects let via the framework will be on the basis of JCT design and build contract with the contractor either as a single stage lump sum or a 2 stage open book procedure whereby following completion of design, programme, installation methodology, installation cost, etc. under a 1st stage JCT Pre-Construction Service Agreement the Council will enter into a JCT Design and Build Contract with the contractor who will be responsible for all aspects of supply and installation. However the council also reserves the right to use the full suite of JCT and NEC3/4 contracts. Maintenance packages, power purchase agreements and variant bid options for framework call-offs will be dealt with on a case by case basis for future projects as their requirements are finalised.
The deadline for requests for clarification is Friday 26th July (23:59) and the deadline for submission of tenders is Friday 2nd August (14:00).
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 50000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:A further 24 months in increments to be agreed.

II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted yes
II.2.11) Information about options
Options yes
Description of options: Once the Framework Agreement is established work packages may be let via ranked direct award or further competition across the framework contractors. The Council predicts that the majority of work packages will be let via 2 Stage Open Book Partner contracting with the top ranked framework contractor on the basis of a 1st stage JCT Pre Construction Services Agreement and 2nd stage JCT Design and Build Contract, subject to capacity and performance. However the Council reserves the right to utilise a range of contracting strategies and forms as appropriate including for all contract forms and options within the JCT and NEC4 suites of contracts.
The Framework Agreement may be used to source the following activities:
— early contractor involvement,
— pro-active support in identifying CHP opportunities,
— site wide master planning support,
— site wide design code development,
— development of outline design,
— surveys, modelling and enabling works,
— environmental assessments, engagement with approving bodies, gaining of required approvals,
— delivery of significant site preparation, infrastructure and landscaping works as required/appropriate,
— preparation, submission and discharge of planning application and conditions,
— development of detailed design,
— development of costings, programme, work methodologies on 2 stage open book partnership basis,
— construction works on principal contractor basis,
— handover, snagging and defects management.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:As stated within the tender documents, for full details access
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: As stated within the tender documents, for full details access

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.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:6
In the case of framework agreements,provide justification for any duration exceeding 4 years:
Strategic capital acquisition with associated length of project life cycle.IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-08-02 Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2019-08-02 Local time: 14:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: The High Court of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000
Internet address:
VI.5) Date of dispatch of this notice:2019-06-17