Energy Management Services Tender
Strategic sustainability transformation. UK-London: energy and related services
2012/S 37-060068
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
St George’s Healthcare NHS Trust
Capital, Estates and Facilities c/o Guy’s & St Thomas’ NHS Foundation Trust, 1st floor, Counting House
For the attention of: Mr Jason Stanton
SE1 9RT London
UNITED KINGDOM
Telephone: +44 2071888122
E-mail: jason.stanton@gstt.nhs.uk
Internet address(es):
Address of the buyer profile: http://kingshealthpartners.g2b.info
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Health
Section II: Object of the contract
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UK
St George’s Healthcare NHS Trust is seeking to enter into a contract for energy management services.
Bidders must be capable of delivering guaranteed energy savings on a per kilowatt hour consumption basis for the duration of the contract, through either, designing, building, maintaining, funding, owning, managing and guaranteeing the services through a service based contract, delivered directly or through a third party, either as a sub-contractor, consortium, or a partnering arrangement.
Bidders will need a proven track record of delivering energy and or carbon emissions and consumption savings, through managing and optimising energy consumption and resources.
Bidders will need to have access to a variety of on or off balance sheet funding options where self-funding may be limited by the Trust. Further in-depth detail will be available at the ‘Invitation to Tender’ stage as part of the tender document.
Independent third parties may be required to undertake monitoring, verification, strategy and long term review of the guarantees offered to the Trust.
The Trust intend to procure the provision of the energy management services as follows:
Phase 1.
Following evaluation of PQQ submissions, a maximum of 5 bidders to be invited to tender (ITT) to provide a minimum guarantee on energy consumption on a per kilowatt hour basis and demonstrate how best to achieve the guarantee through a service based delivery model. Innovations from across the globe are expected.
Following evaluations and clarifications at ITT stage, the successful bidder will be awarded a contract which will include obligations to undertake a detailed investment grade audit/proposal to deliver the proposed energy saving guarantee on a per kilowatt basis within a four to six month timescale.
Phase 2.
Following the successful completion of the investment grade audit/proposal to deliver the proposed energy saving guarantee the contract shall continue in accordance with the agreed service based delivery model(s) for their proposed duration. However, if the successful bidder has failed to complete the investment grade audit/proposal to deliver the proposed energy saving guarantee and/or failed to deliver the minimum guarantee required as part of Phase 1, the Trust reserves the right to terminate the contract without any liability at this initial stage.
71314000, 71314200
Range: between 1 000 000 and 20 000 000 GBP
Section III: Legal, economic, financial and technical information
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Please refer to the criteria in either tender prospectus or specification.
Minimum level(s) of standards possibly required: Please refer to the criteria in either tender prospectus or specification.
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied:
(i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Please refer to the criteria in either tender prospectus or specification.
Minimum level(s) of standards possibly required:
Please refer to the criteria in either tender prospectus or specification.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Please refer to the criteria in either tender prospectus or specification.
Section VI: Complementary information
Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage. Suppliers must log in, go to your response manager and add the following access code: 645JB5V7YK.
Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 21.3.2012 (17:00). Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. GO reference: GO-2012220-PRO-3727993.
King’s Health Partners
Capital, Estates and Facilities c/o Guy’s & St Thomas’ NHS Foundation Trust, 1st floor Counting House
SE1 9RT London
UNITED KINGDOM
E-mail: jason.stanton@gstt.nhs.uk
Telephone: +44 2071888122
Body responsible for mediation procedures
King’s Health Partners
Capital, Estates and Facilities c/o Guy’s & St Thomas’ NHS Foundation Trust, 1st floor Counting House
SE1 9RT London
UNITED KINGDOM
E-mail: jason.stanton@gstt.nhs.uk
Telephone: +44 2071888122
King’s Health Partners
Capital, Estates and Facilities c/o Guy’s & St Thomas’ NHS Foundation Trust, 1st floor Counting House
SE1 9RT London
UNITED KINGDOM
E-mail: jason.stanton@gstt.nhs.uk
Telephone: +44 2071888122
VI.5)Date of dispatch of this notice:20.2.2012