Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Newcastle City Council
Civic Centre, Barras Bridge
For the attention of: Chris Nicholson
NE99 2BN Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912788632
E-mail:
Fax: +44 1912788768
Internet address(es):
General address of the contracting authority: www.qtegov.com
Further information can be obtained from: Your Homes Newcastle Ltd
YHN House, Benton Park Road
For the attention of: Chris Nicholson
NE7 7LX Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912788632
E-mail:
Fax: +44 1912788768
Internet address: www.qtegov.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Your Homes Newcastle Ltd
YHN House, Benton Park Road
For the attention of: Chris Nicholson
NE7 7LX Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912788632
E-mail:
Fax: +44 1912788768
Internet address: www.qtegov.com
Tenders or requests to participate must be sent to: Your Homes Newcastle Ltd
YHN House, Benton Park Road,
For the attention of: Chris Nicholson
NE7 7LX Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912788632
E-mail:
Fax: +44 1912788768
Internet address: www.qtegov.com
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Byker Community Trust
23 Raby Cross, Byker
NE6 2FF Newcastle upon Tyne
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Byker District Heating Investment Works Programme
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
Main site or location of works, place of delivery or of performance: Newcastle upon Tyne
NUTS code UKC22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Your Homes Newcastle is undertaking this procurement for the refurbishment of elements of the Byker District Heating system on behalf of Newcastle City Council and the Byker Community Trust. Lots 1 and 2 are being let by Newcastle City Council and the successful bidder or bidders will enter into contracts with the Council for these works. Lot 3 is being let by the Byker Community Trust and the successful bidder will enter into Contract with the Trust for these works. Your Homes Newcastle, the Arms Length Management Organisation set up by Newcastle City Council to manage the Council's housing stock, will manage the procurement and delivery of the works in conjunction with its technical advisor, on behalf of both Newcastle City Council and the Byker Community Trust.
II.1.6)Common procurement vocabulary (CPV)45232140, 45251250, 71314310, 50721000, 48151000, 45232142, 45331000, 45000000, 45200000, 45230000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Lot 1 consists of works to the secondary mains. To include the replacement of around 2 500m of secondary pipework. Lot 2 consists of , modifications to a secondary circuit, refurbishment of substations, the installation of a site wide building management system (BMS) and possibly some extension of the primary main. To include modifications to secondary circuit, refurbish 3 group heating sub stations and possibly extend the primary mains by approximately 550m to 3 group heating sub stations, refurbish 9 district heating sub stations, install variable speed primary pumps at heat station, install primary pressurisation system at heat station, BMS installation including outstations and MCCs and front end, fire alarms to each substation and heat station, and CCTV to each substation and heat station. Lot 3 consists of works to internal dwellings. To include the installation of heat meters to up to 2 033 properties, modifications to heating controls within properties, replacement of pipework, radiators and/or hot water storage tanks within properties
Estimated value excluding VAT:
Range: between 1 900 000 and 9 500 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Secondary mains1)Short descriptionTo include the replacement of around 2 500m of secondary pipework.
2)Common procurement vocabulary (CPV)45232140, 50721000, 45000000, 45200000, 45230000
3)Quantity or scopeTo include the replacement of around 2 500m of secondary pipework;
Estimated value excluding VAT:
Range: between 2 000 000 and 3 000 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 24 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Extension of the primary main, modifications to a secondary circuit, refurbishment of substations and the installation of a site wide building management system (BMS)1)Short descriptionTo include modifications to secondary circuit, refurbish 3 group heating sub stations and possibly extend the primary mains by approximately 550m to 3 group heating sub stations, refurbish 9 district heating sub stations, install variable speed primary pumps at heat station, install primary pressurisation system at heat station, BMS installation including outstations and MCCs and front end, fire alarms to each substation and heat station, and CCTV to each substation and heat station.
2)Common procurement vocabulary (CPV)45232142, 48151000, 45232140, 45251250, 50721000, 71314310, 45000000, 45200000, 45230000
3)Quantity or scopeTo include the extension of primary mains to 3 group heating sub stations, modifications to secondary circuit, refurbish 3 group heating sub stations, refurbish 9 district heating sub stations, install variable speed primary pumps at heat station, install primary pressurisation system at heat station, BMS installation including outstations and MCCs and front end, fire alarms to each substation and heat station, and CCTV to each substation and heat station.
Estimated value excluding VAT:
Range: between 1 900 000 and 2 500 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 8 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: Works to internal dwellings1)Short descriptionTo include the installation of heat meters to up to 2 033 properties, modifications to heating controls within properties, replacement of pipework, radiators and/or hot water storage tanks within properties
2)Common procurement vocabulary (CPV)45331000, 50721000, 45330000, 45000000, 45331100
3)Quantity or scopeTo include the installation of heat meters to up to 2 033 properties, modifications to heating controls within properties, replacement of pipework, radiators and/or hot water storage tanks within properties
Estimated value excluding VAT:
Range: between 2 500 000 and 4 000 000 GBP
4)Indication about different date for duration of contract or starting/completionDuration in months: 24 (from the award of the contract)
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:The Contracting Authority reserves the right to require deposits, guarantees, bonds, insurance, or any other form of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:To be set out in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:To be set out in the contract documents.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: All applicants are required to complete and return a detailed pre-qualification questionnaire prepared by the Contracting Authority and provide such supporting evidence as may be requested by the deadline stated in IV.3.4. The PQQ is available for download from www.qtegov.com.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required: As set out in the pre-qualification questionnaire.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
As set out in the pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 18
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:P0637
IV.3.2)Previous publication(s) concerning the same contract
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 participate13.5.2013 - 12:00
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 upEnglish.
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information1. Other organisations (such as Leazes Homes, Byker Community Trust, NEPO, the Newcastle Partnership, Newcastle City Council) may wish to engage these services through this contract.
2. Under this procurement, the contractor is required to participate actively in the economic and social regeneration of the locality of, and surroundings of, the place of delivery for the procurement. Contract performance conditions may therefore relate in particular to social and environmental considerations.
3. The Contracting Authority reserves the right in line with Regulation 14 (1) (d) (ii) of the Public Contract Regulations 2006 (Article 31 (4) (b) of Directive 2004/18/EC) to award further contracts to the successful provider where these are a repetition of the services to be provided under this contract.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 day standstill period (in the case of notices sent by electronic or facsimile means) and a minimum 15 day standstill period after the date of sending or minimum 10 days after the date of the last unsuccessful tenderers receipt (where notices are not sent electronically) at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to query the information provided and/or decide whether or not they wish to challenge the award decision before the contract is entered into. Queries should be directed to the address in part I.1.
If an appeal regarding the award of the contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No. 5) as amended by the Public Contracts (Amendment) Regulations 2009 (SI 2009 No. 2992) provide 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.) Any such action which does not seek a declaration of ineffectiveness must be brought promptly (and in any event within 3 months.) An application for ineffectiveness must be made within 30 days of publication of a contract award notice or notification of the conclusion of the contract and a summary of relevant reasons, or in any other case within 6 months of the date the contract was entered into.
Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may make a declaration of ineffectiveness and order payment of a civil financial penalty. The purpose of the standstill period referred to above is to allow parties to apply to the courts to set aside the award decision before the contract is entered into. The commencement of proceedings before the contract has been entered into requires the authority to refrain from entering into the contract.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:5.4.2013