Geothermal Delivery Partner with Cheshire East Borough Council
Cheshire East Borough Council is looking for a partner to help us exploit the geothermal potential under Leighton West, Crewe and possible extend this relationship to exploit the potential in other areas of the Borough. This will involve the building of a geothermal centre, 1 extraction well and 1 return well.
United Kingdom-Sandbach: Geothermal power station construction work
2014/S 098-171661
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cheshire East Borough Council
Procurement, Westfields, Middlewich Road
For the attention of: Mr Michael Sellors (MCIPS)
CW11 1HZ Sandbach
UNITED KINGDOM
Telephone: +44 1270686453
E-mail: michael.sellors@cheshireeast.gov.uk
Internet address(es):
General address of the contracting authority: www.cheshireeast.gov.uk
Address of the buyer profile: http://www.cheshireeast.gov.uk/business/procurement.aspx
Further information can be obtained from: This is an electronic tender. For all expressions of interest and to obtain documentation and to raise clarifications, organisations must register through the Cheshire East Borough Council’s electronic Contract and Tender Management System at thewww.the-chest.org.uk
Refer also to details in section VI.3 Additional information.
Internet address: www.the-chest.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: This is an electronic tender. For all expressions of interest and to obtain documentation and to raise clarifications, organisations must register through the Cheshire East Borough Council’s electronic Contract and Tender Management System at the www.the-chest.org.uk
Internet address: www.the-chest.org.uk
Tenders or requests to participate must be sent to: This is an electronic tender. For all expressions of interest and to obtain documentation and to raise clarifications, organisations must register through the Cheshire East Borough Council’s electronic Contract and Tender Management System at the www.the-chest.org.uk
Internet address: www.the-chest.org.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
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
Main site or location of works, place of delivery or of performance: Cheshire East (Crewe).
NUTS code UKD2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Council is looking to enter into a partnership with an appropriately experienced and driven company to help us achieve our aspirations and deliver this exciting and innovative project.
II.1.6)Common procurement vocabulary (CPV)
45251141, 71000000, 71323200, 65400000, 65000000, 65300000, 65410000, 09323000, 09324000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The capital value of the initial project is estimated at GBP 30m. Future projects may increase this value accordingly.
II.2.2)Information about options
Section III: Legal, economic, financial and technical information
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
Description of particular conditions: The organisation (or its directors or any other person who has powers of representation, decision or control of such organisation) has not been convicted of any of the following offences:-
Conspiracy within the meaning of section 1 of the Criminal Law Act 1977 where that conspiracy relates to participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA; or
Any offence under sections 1,2 and 6 of the Bribery Act 2010
Fraud, where the offence relates to fraud affecting the financial interests of the European Communities as defined by Article 1 of the Convention relating to the protection of the financial interests of the European Union, within the meaning of:-
— the offence of cheating the Revenue; or
— the offence of conspiracy to defraud; or
— fraud or theft within the meaning of the Theft Act 1968 and the Theft Act 1978; or
— fraudulent trading within the meaning of section 458 of the Companies Act 1985; or
— defrauding the Customs within the meaning of the Customs and Excise Management Act 1979 and the Value Added Tax Act 1994; or
— an offence in connection with taxation in the European Community within the meaning of section 71 of the Criminal Justice Act 1993; or
— destroying defacing or concealing of documents or procuring the extension of a valuable security within the meaning of section 20 of the Theft Act 1968; or
— Money laundering within the meaning of the Money Laundering Regulations 2007; or
Any other offence within the meaning of Article 45(1) of the Public Sector Directive.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j)has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Appropriate Completion of the PQQ and other required documents. If any response reads as No this may result in an automatic fail, this will depend on what measures have been put in place to prevent re-occurrence/resolve the situation.
III.2.2)Economic and financial ability
(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 three 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 of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
The Council shall need to see:
— Turnover for the last 3 years,
— A copy of the organisations most recent accounts, audited if applicable (for the last 3 years),
— Profit and Loss Account, Balance Sheet (for the last 3 years),
— Cash flow forecast for the current year.
Financial checks will be undertaken for economic operators using the Councils current financial assessors – Dunn and Bradstreet.
The Council shall also review the following accounting ratios:
Solvency Ratios:
— Quick Ratio,
— Current Ratio,
— Total Dept/Equity Ratio.
Liquidity Ratios:
— Days Sales Outstanding,
— Days Inventory Outstanding,
— Days Payable Outstanding,
— Cash Conversion Cycle.
Capital Structure Ratios:
— L/T Debt as % of Total Debt,
— S/T Debt as a % of Total Debt,
— Total Liabilities % of Total Assets,
— Working Capital % of Price (*if applicable).
Economic operators will be assessed according to the level of risk shown by all this information.
Minimum level(s) of standards possibly required: Average Risk Rating in the financial checks. Above Average Risk may require the council to request that the economic operator enters into a form of bond or parent company guarantee.
The average annual turnover for the last three financial years must be equal to or more than GBP 20 000 000 (the approximate value of the initial capital investment in this contract).
The organisation should hold as a minimum the following insurance levels or be able to provide with their response, a written statement advising that should they be awarded the contract they will have the required levels of insurance in place for the commencement of the contract.
Public Liability 10 million GBP in respect of each and every claim
Employers Liability 10 million GBP in respect of each and every claim
Professional Indemnity 5 million GBP in respect of each and every claim
Contractors Pollution Liability 10 million GBP in respect of each and every claim
III.2.3)Technical capacity
(a) a list of the works carried out over the past five 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 three 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 issues 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 capabilities 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, and 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 three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(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 request; (ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Information and formalities necessary for evaluating if requirements are met:
Appropriate completion of the requested information at the dialogue and tender stages.
Technical and Professional Capacity:
Information on whether the economic operator has ever:
— had a contract terminated for its fault or negligence within the last 3 years and why and what has been done to prevent re-occurrence
— has any outstanding claims or litigation against it in the last 3 years, why and what has been done to prevent re-occurrence
— Agreement to sub-contractors complying with the standards set out in the PQQ
Delivery:
— confirmation that an economic operator shall be able to move quickly and help commence the performance of the contract as soon as possible.
As detailed further in the PQQ.
Minimum level(s) of standards possibly required:
Health and Safety:
Sufficient detail needs to be provided in all questions of Section E and F of the Tender Response Document to enable the Council to determine the bidding organisations compliance with Health and Safety Requirements and Equality & Diversity Requirements.
Technical and Professional Capacity:
Sufficient detail needs to be provided in all questions of Section G of the Tender Response Document.
Quality Management:
— that the organisation ensures quality and has appropriate systems in place for the management of work activities and monitoring of performance,
— that the organisation manages their supply chain to ensure programmes of work are met and quality is satisfactory.
As detailed further in the PQQ.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: 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
Objective criteria for choosing the limited number of candidates: As detailed in this notice, the descriptive document and other tender document issued by the Council and below:
— Organisations experience of works related contracts of this nature,
— Organisations experience of services related contracts of this nature,
— Quality Management (QM), Contract Management (CM) & approach to Project Management (MP), Service Delivery and Complaints,
— Management of Suppliers for timely and quality delivery of programmes of work,
— Management of Sub-contractors for timely and quality delivery of programmes of work,
— Management of work activities and monitoring of performance,
— Prevention of re-occurrence of problems,
— Processes for sourcing / procuring / contracting / appointing (hereafter referred to as appointing) sub-contractors and suppliers,
— Capacity (Project Management and Contract Management).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2013/S 196-337591 of 9.10.2013
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
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
It is envisaged that the Council will benefit financially from future energy generation on the site and also be at the forefront of renewable energy generation utilising the natural assets of the Borough. The location of the site adjacent to a large car manufacturer and other employers, in addition to the proximity to wider residential communities means that this project may present major opportunities for wider benefits for employers and residents of Crewe in relation to energy costs and energy security.
The values given in this notice are only estimations, final figures shall be confirmed through the competitive dialogue process.
**BIDDERS INFORMATION DAY / OPEN DAY**
There shall be a project open day in Crewe on Thursday the 5.6.2014. You will have the opportunity to clarify aspects of this project, meet key stakesholders, visit the proposed site, and find out about the bidding process.
To register your interest at attending this day, contact amy.beasley@cheshireeast.gov.uk.
This procurement exercise will be conducted on Cheshire East Borough Council’s electronic Contract and Tender Management System at thewww.the-chest.org.uk. Organisations wishing to be considered for this contract must register their expression of interest and provide additional required information through the Contract and Tender Management System.
If you have any technical problems with The Contract and Management System please contact the helpdesk on: Email: nwsupport@due-north.comTelephone: +44 8452930459
In order to participate, providers must register, complete and upload completed ITT documentation and submit this via the Chest at the link provided in this notice. The project reference on The Chest is 9J3N-MG7WJ3.
If and when the Council continues with the dialogue and tender stage, this will be done in whole or in part via electronic means using the Contract and Tender Management System.
If you require urgent assistance regarding the initial usage of the eTendering package please contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to reach this contact, please immediately email the nature of the difficulty toprocurement@cheshireeast.gov.uk
VI.4.1)Body responsible for appeal procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
Telephone: +44 2079476000
Body responsible for mediation procedures
Royal Courts of Justice
The Strand
WC2A 2LL London
Telephone: +44 2079476000
VI.4.2)Lodging of appeals
The Public Contracts Regulations 2006 (SI 2006 No 5) provides 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).
VI.4.3)Service from which information about the lodging of appeals may be obtained
Royal Courts of Justice
The Strand
WC2A 2LL London
Telephone: +44 2079476000
VI.5)Date of dispatch of this notice: