United Kingdom-Leeds: Works for complete or part construction and civil engineering work

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Leeds: Works for complete or part construction and civil engineering work
OJEU (High Value) 412506-2020
Type Invitation to tender
Date Published 2020-09-02
Deadline 2020-09-30 12:00:00
Nature Of Contract Public works contract
Awarding Authority
Procedure Restricted procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: Leeds City Council
Postal address: Procurement Unit, St George House, Fourth Floor, 40 Great George Street
Town: Leeds
Postal code: LS1 3DL
Country: UK
Contact person: Calum McIntyre
Telephone: +44 1133788313
E-mail: Calum.McIntyre@leeds.gov.uk
NUTS code: UKE42
Main address: www.leeds.gov.uk
Address of the buyer profile (URL): www.yortender.co.uk

Communication
I.3) Procurement documents
(URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Additional Information
I.3.4) Additional information can be obtained from:
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: REGIONAL AUTHORITY

Main Activity
I.5.1) Main Activity: GENERAL PUBLIC SERVICES

Section II: Object of Contract


Title:
Clustering for Warmth — Leeds High Rise Housing

Reference number: DN466515

II.1.4) Short description
This construction procurement is to obtain a contractor to design, build, operate and maintain low carbon district heating networks.

The six clusters are planned to be delivered in three batches — two per batch, with works on site from Spring 2021 to Spring 2024.

II.01) Estimated value excluding VAT:
GBP 24000000.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: UKE42
II.1.4) Short description
Stage 1 will be a restricted OJEU tender process with a PAS91 shortlisting stage leading to six contractors being invited to bid for the stage 1 Professional Services Contract (PSC). The estimated value of the PSC contract is GBP 250 000 for Cluster 1&2 (GBP 750 000 over all three PSC’s, covering Cluster 1&2, Cluster 3&4 Cluster 5&6).

During the PSC, the consultant will work in partnership with the Council and the Council’s technical advisor (Ove Arup Partners International Ltd) in accordance with the terms of this document (incorporating the Part 2 Vol 1 Employers requirements including design statement and technical specifications), the PSC and the Gateway Process (attached Part 4 Vol 1).

During the PSC, the consultant will carry out the following key activities (more detail can be found in the Part 4 Vol 1 Gateway Process):

— develop their own detailed designs in line with client’s requirements;

— submit planning applications and obtain planning approval;

— submit price and design for construction phase.

The procurement will be managed in two stages, stage one is anticipated to cover the contractor undertaking design and other activities to achieve planning approval.

Stage two would be the construction contract for the scheme and the subsequent operation and maintenance contract for the scheme.

An NEC4 Professional services contract (PSC) will be used to manage the overarching design of the clusters and heating network.

An NEC4 Engineering and construction contract (ECC) Option A will be used for construction of each batch of clusters (1&2, 3&4, 5&6). This is a lump sum contract for construction works with an activity schedule for pricing.

An NEC4 Term services agreement Option A will be used for the operation and maintenance of each batch of clusters (1&2, 3&4, 5&6). This is a lump sum contract for services with an activity schedule for pricing. The operation and maintenance contract will start when the first flat is completed in the batch and last for 3 years from completion of the final cluster in the batch. There will options for the council to extend this contract if required.

For each batch of clusters there will be a separate construction contract and a separate operation and maintenance contract, once the contractor’s proposals are agreed.

The separate O&M contracts for each batch will potentially end on the dates below:

— clusters 1&2 10 October 2025 (excluding extensions),

— clusters 3&4 April 2026 (excluding extensions),

— clusters 5&6 April 2027 (excluding extensions).

Under the first tender stage a professional services contract (PSC) will be awarded for pre-construction and design work for up to six clusters (three batches) This work will culminate in the submission of the stage two tender proposals for both construction and operation and maintenance of each batch of clusters. The phased approach enables the Council to consider the options for two clusters of work which form the third batch. Depending on the outcome of existing developments the scope of work my change. If the existing Leeds Pipes district heating network can be extended to serve the three Lovell high risk blocks then the pre-construction and design scope will be limited in comparison to the work required for clusters one to four. The Council is currently undertaking a strategic asset review which includes the Gipton Gate east and Gipton Gate West blocks. Depending on the outcome there is a potential that the PSC scope for this cluster to be reduced or omitted in full. The Council has sequenced the batches such that outcomes will be known prior to significant work being undertaken for clusters 5 and 6 which form the third batch.

II.2.5) Award criteria:

Value excluding VAT: GBP 24000000.00
II.2.6) Duration of the contract, framework agreement or dynamic purchasing system
II.2.7) Start: 2021-03-22
II.2.7) End: 2024-04-01
II.2.7.5) This contract is subject to renewal: no
II.2.9) Envisaged number of candidates 6
II.2.9,4) Objective criteria for choosing the limited number of candidates:
The PAS stage will be scored and lead to a shortlist of six contractors invited to tender.

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds)
This project aims to be part funded by ERDF (subject to funding application approval).


Section III: Legal, economic, financial and technical information

III.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents
III.2.2) Contract performance conditions
KPI's are outlined in the procurement documents.

III.2.3) Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1.1) Type of procedure: Restricted
IV.1.1) Type of procedure: Restricted procedure

IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-09-30
IV.2.2) Local time 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-10-28


IV.2.6) Duration in months (from the date stated for receipt of tender): 3

Section V: Complementary information


VI.2.1) Electonic ordering will be used
VI.2.2) Electronic invoicing will be accepted
VI.2.3) Electronic payment will be used

Review body:
Official name: The High Court of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: UK
VI.4.3) Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures: where necessary in order to comply with the Public Contracts Regulations 2015 this authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in I.1). If an appeal regarding the award of a contract has not been successfully resolved the (for Public Sector)Public Contracts Regulations 2015 (SI 2015 No 102) 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 must be brought promptly (generally within 30 days beginning with the date when the tenderer first knew or ought to have known that the grounds for starting the proceedings had arisen). 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 only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.


VI.04.04) Service from which information about the review
Official name: Leeds City Council
Postal address: St George House
Town: Leeds
Postal code: LS1 3DL
Country: UK
Telephone: +44 1133788313
E-mail: Calum.McIntyre@leeds.gov.uk

Section VI

Date of dispatch of this notice : 2020-08-28

CPV Codes
45200000; 42515000; Works for complete or part construction and civil engineering work; District heating boiler;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.