Replacement of Combined Heat and Power Sets
Chichester District Council is looking to engage a suitably qualified and capable contractor to re-instate CHP generating capacity at the Westgate Leisure Centre.
United Kingdom-Chichester: Electric motors, generators and transformers
2015/S 051-088362
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Chichester District Council
East Pallant House, 1 East Pallant
For the attention of: Rod Walters
PO19 1TY Chichester
UNITED KINGDOM
E-mail: rwalters@chichester.gov.uk
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)
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
Main site or location of works, place of delivery or of performance: Westgate Leisure Centre, Chichester, West Sussex.
NUTS code
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)
Chichester District Council is looking to engage a suitably qualified and capable contractor to re-instate CHP generating capacity at the Westgate Leisure Centre. The two possible options for re-instatement included below are:
Option 1: A Capital Purchase (CAPEX) option, or
Option 2: A discounted energy purchase DEP) option.
Both options based on the full design and installation of the works, including all modifications to heating services, exhaust systems, heat dump systems, gas pipework, electrical services and control systems etc.
Option 1: CAPEX. Replace the existing sets with a new CHP/s purchased through the contract and owned by the council, including:
— sizing and designing requirements for a new CHP/s;
— disconnection and removal from site of existing units and proper and legal disposal of all redundant equipment;
— installation of new CHP/s;
— commissioning.
Option 2: DEP. Replace the existing sets with a new CHP/s leased to the council through a DEP agreement, including:
— sizing and designing requirements for a new CHP/s;
— disconnection and removal from site of existing units and proper and legal disposal of all redundant equipment;
— installation of new CHP/s;
— commissioning.
Option 1 will require a 2 year warranty including a maintenance, monitoring and service agreement package, with a further option to provide a 10 year warranty, maintenance, monitoring and service agreement.
Option 2 will require a 12 year bespoke agreement with the successful Contractor.
Complete tender documents can be accessed via the following E-Tendering portal https://in-tendhost.co.uk/sesharedservices/aspx/
II.1.6)Common procurement vocabulary (CPV)
31100000, 42100000
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:
Estimated value excluding VAT:
Range: between 300 000 and 500 000 GBP
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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: Installers must be certified electricians and gas fitters.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Complete tender documents can be accessed via the following E-Tendering portal https://in-tendhost.co.uk/sesharedservices/aspx/Home
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Suppliers must be able to provide either direct or 3rd party warranty, service and maintenance for their proposed offer.
Section IV: Procedure
IV.1.1)Type of procedure
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
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.3.7)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
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: