Low Carbon and Energy Related Technical Services Manchester City Council
To provide technical services and support to Manchester City Council.
United Kingdom-Manchester: Research and development services and related consultancy services
2015/S 105-191244
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Manchester City Council
Room 407, Town Hall, Albert Square
For the attention of: Mr Colin Butterworth
M60 2JR Manchester
UNITED KINGDOM
Telephone: +44 1612343434
E-mail: c.butterworth@manchester.gov.uk
Fax: +44 1612740013
Internet address(es):
General address of the contracting authority: http://www.manchester.gov.uk
Electronic access to information: www.the-chest.org.uk
Electronic submission of tenders and requests to participate: www.the-chest.org.uk
Further information can be obtained from: Manchester City Council
www.the-chest.org.uk
Contact point(s): See above
M60 2JE Manchester
UNITED KINGDOM
E-mail: c.butterworth@manchester.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Manchester City Council
www.the-chest.org.uk
Contact point(s): See above
M60 2JR Manchester
UNITED KINGDOM
E-mail: c.butterworth@manchester.gov.uk
Tenders or requests to participate must be sent to: Manchester City Council
www.the-chest.org.uk
Contact point(s): See above
M60 2JR Manchester
UNITED KINGDOM
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 27: Other services
NUTS code UKD3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 30
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Lot 1 — Centralised and decentralised energy, renewable technologies, energy efficiency.
Lot 2 — Power networks.
II.1.6)Common procurement vocabulary (CPV)
73000000, 79000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Lot 1 — Centralised and decentralised energy, renewable technologies, energy efficiency.
Lot 2 — Power networks.
Estimated value excluding VAT: 1 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Centralised and decentralised energy, renewable technologies, energy efficiency
1)Short description
2)Common procurement vocabulary (CPV)
73000000, 79000000
Lot No: 2Lot title: Power networks
1)Short description
2)Common procurement vocabulary (CPV)
73000000, 79000000
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: As stated in the invitation to tender documentation.
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
Minimum level(s) of standards possibly required: As stated in the invitation to tender documentation.
III.2.3)Technical capacity
As stated in the invitation to tender documentation.
Minimum level(s) of standards possibly required:
As stated in the invitation to tender documentation.
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.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 0
2. Quality. Weighting 0
3. Sustainability. Weighting 0
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
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
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
The Council is using the e-business portal known as THE CHEST www.the-chest.org.uk to conduct the procurement exercise. To gain access to the invitation to tender documents, tenderers will need to register their company details at the above website. Once registered, tenderers will be emailed a log-in and password which will allow them to gain access to the invitation to tender documents. Tenderers will need to electronically submit their completed tender documents and accompanying documentation via the CHEST on-line portal by 19:00 hours on the 29.6.2015 as referred to in IV.3.4. Any supplier questions queries will also need to be submitted via THE CHEST website. The Council welcomes applications from small or medium enterprises. The Framework will be for 3 years commencing September 2015 with an option to extend for up to an additional year. The Council reserves the right not to award a contract as a result of the procurement process initiated by this notice and will not be liable for any costs incurred by candidates. Tenders should note that although quantities and descriptions in the tender are those used and required by Manchester City Council this Framework is open to and may be used by other North West Authorities and Manchester Partners — this includes the following Councils and partners:-Blackburn with Darwen, Blackpool, Bolton, Bury, Cheshire East, Cumbria, Cheshire West and Chester, Halton, Knowsley, Lancashire, Liverpool, Manchester, Oldham, Rochdale, Salford, Sefton, St Helens, Stockport, Tameside, Trafford, Warrington, Wigan, Wirral, Greater Manchester Fire and Rescue Authority, Greater Manchester Police Authority, Greater Manchester Waste Disposal Authority, Manchester Central Convention Complex, Commission for New Economy, Greater Manchester Passenger Transport Executive (TfGM),Transport for Greater Manchester, Greater Manchester Combined Authority and the Integrated Transport Authority. Under the agreement the provider will be required to support the Council’s economic and social regeneration objectives. Therefore selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: