By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Office of the principal: energy centre.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

University of St Andrews
The Old Burgh School, Abbey Walk
Contact point(s): Procurement
For the attention of: Adrian Wood
KY16 9LB St Andrews
UNITED KINGDOM
Telephone: +44 1334462523
E-mail:
Fax: +44 1334462535

Internet address(es):

General address of the contracting authority: http://www.st-andrews.ac.uk/procurement

Address of the buyer profile: http://www.foi.st-andrews.ac.uk/PublicationScheme/servlet/core.generator.gblobserv?id=1382

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
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Office of the principal: energy centre.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: UK - St Andrews.

NUTS code UK

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)
Design, build, finance, maintain and operate an energy centre for the generation of heat and electricity to be transmitted to the North Haugh campus.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=186510.

II.1.6)Common procurement vocabulary (CPV)

09310000, 51111000, 45232100, 45232141, 65410000, 45232142, 45232150, 09323000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:

The University of St Andrews owns and operates an estate of approximately 225 000m2 GIFA within the town of St Andrews. A large proportion of this estate is located on the North Haugh, which sits to the south of the A91 on the western approaches to the town. The buildings on the North Haugh are energy intensive - predominantly science buildings and residences.

The University wishes to both reduce energy costs to its North Haugh buildings and manage the volatility of these costs. By an appropriate energy mix the University wishes to reduce CO2 emissions toward its target of carbon neutrality for energy by 2016. Electricity and heat may be generated at a University-owned site at Guardbridge some 6km distant from the North Haugh.
The approximate annual loads for the first phase (there are possible second and third phases) have been estimated as follows:
- Heating - 32 400 MWh,
- Electrical - 18 300 MWh.
There is also a lesser requirement for cooling that will be investigated during the dialogue phase.
The University is seeking a single operator to:
(a) Design, build, finance, maintain and operate the scheme at no financial risk to the University;
(b) Using an appropriate combination of technologies, generate heat and electricity to be transmitted to the North Haugh, using a system that will enable the University to reduce its carbon emissions and manage volatility in energy prices;
(c) Provide a connection to the University’s North Haugh HV ring or to a convenient grid connection point;
(d) Install the necessary infrastructure to establish a linked network to the North Haugh and to provide district heating infrastructure to distribute heat, and possibly electricity to each building via the network;
(e) Provide a network within the Guardbridge site to distribute energy;
(f) Put forward plans to install meters to measure the quantity of heat to each building;
(g) Provide connection to the appropriate boiler houses at which point the responsibility for final delivery will pass to the University’s Estates department;
(h) Purchase all primary input fuel in order to generate the contracted output levels;
(i) Create the capacity, where negotiated, to expand the district heating scheme to third party users.
The University of St Andrews commissioned a feasibility study to investigate the potential of off-site generation of heat and electric power for the North Haugh. This study provides an indicative power output to be provided. It also proposes a methodology as to how the scheme could be undertaken; this is indicative only and the University would wish to explore through the competitive dialogue process how potential operators would propose to implement a scheme that meets the desired output.
Initial feasibility work by the University and its appointed consultants has established a number of enabling factors to reduce the technical and commercial risks of the project:
- A site has been purchased by the University to house the generation plant. Vehicle movements to and within the site have been modelled,
- In-principle wayleaves have been agreed for the route between the generation site and the North Haugh,
- The demand on the North Haugh has been accurately modelled using modern metering systems,
- A renewable fuel source has been identified, and initial negotiations taken place with its suppliers.
An operating concession of a minimum of 20 years is anticipated. However it is anticipated the eventual duration will be developed during the dialogue process, along with the eventual contractual mechanism deemed most appropriate to deliver this service.
The Guardbridge site has been acquired by the University for 2 purposes. Firstly, to facilitate the generation of power. Secondly, to host the University’s Innovation Centre. This former industrial site is being developed to facilitate various commercial tenants. In addition to University spin-off companies, the size of the site offers the opportunity to offer space to local companies in search of affordable premises. As well as providing a vibrant addition to the local economy, this commercial occupation of part of the site will increase the heat load for the energy centre to service, with associated revenue opportunities.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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:
The site available for generation is regarded as an asset having a value in return for which the University will receive a consideration for a lease for the duration of the concession. It is anticipated that the consideration shall be paid at the outset of the contract.
The ownership of the operating assets of the service will be transferred back to the University at no cost to the University on termination of the contract.
In addition bidders should be aware that the University will not be in a position to make any financial capital contribution to the project and will not underwrite any risk in the operation of the scheme. However any grant support raised by the University relevant to this project will be made available to the contractor, subject to agreement on terms and conditions. Bidders should be aware of, and make maximum use of, any subsidies available from central or local government.
The payment mechanism will be developed and agreed between the parties as part of the competitive dialogue process.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability.
The service provider is expected to establish a project-specific Development and Operating Vehicle (DOVe) or Special Purpose Vehicle (SPV) operating to best industry practice. University of St Andrews have no fixed or pre-determined idea regarding ownership of the DOVe and are looking for supplier views and possibilities. The proposal must take in to consideration that University of St Andrews will not provide capital investment funding and seek to minimise risk to University of St Andrews.
The University of St Andrews will accept bids from companies or consortia/joint ventures provided they form legal entities prior to award. Participants must provide full details of their proposed contracting structures with their completed pre-qualification questionnaire (PQQ) responses. Details in the PQQ.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The terms and conditions relating to the contract will be provided at the Invitation to participate in dialogue stage (ITPD) and will be developed further during the competitive dialogue process when an understanding of the refined solutions are known. The generating plant and other assets used in delivering the service will revert to the University at no cost on termination of the contract.
III.2)Conditions for participation
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent;
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process;
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession;
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession;
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register;
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process;
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation;
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established;
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank;
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance;
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
See pre-qualification questionnaire (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years;
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001;
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards;
(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards;
(6) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(7) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(8) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(9) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate;
(10) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
See pre-qualification questionnaire (PQQ).
Minimum level(s) of standards possibly required:
Tenderers must be able to demonstrate recent experience of schemes of a significant (simalar) scale and/or type. For the purpose of this tender a 'significant scale' is regarded as a scheme within the UK with plant and installation costs in excess of 15 000 000 GBP excluding VAT.
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 procedure
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: As detailed in section III of this notice and in pre-qualification questionnaire (PQQ).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
EXE/040412/DW/SL
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 2.5.2012
IV.3.4)Time limit for receipt of tenders or requests to participate
9.5.2012 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
6.6.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information

All tenders for the University of St Andrews are administered through our e-Tendering system (In-Tend). Please go to our tender web site at: https://in-tendhost.co.uk/universityofstandrews.

(SC Ref:186510).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The University of St Andrews will incorporate a minimum of 10 calendar day standstill period at the point of information on the award of the contract being communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from The University of St Andrews. If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2006 (SSI 2006 No.1) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session. Anyone bringing court proceedings against the University of St Andrews must inform the University of St Andrews in advance of the alleged breach and its intention to bring proceedings. Any such action must be brought within 15 days of the date on which a decision is sent to them or published to challenge that decision. Proceedings seeking an ineffectiveness order must be brought within 30 days of the publication of the contract award notice in the OJEU, or 30 days from the date of a decision letter to all tenderers concerned, and any candidates concerned, containing a summary of the reason for the recipient being unsuccessful, otherwise 6 months from the date of entering into the contract or concluding the framework agreement. Where a contract has not been entered into the Court may, by interim order, suspend the procurement procedure. The court may also set aside a decision or actions taken by the University or order it to amend and document; and/or award damages. However, by express requirement the court may decide not to grant an interim order when the negative consequences of such an order are likely to outweigh the benefits, having regard to a number of considerations. If the contract has been entered into the Court may, depending on the nature of the breach: make an ineffectiveness order; impose a financial penalty; shorten the duration of the contract; make any other order considered appropriate to address the consequences of ineffectiveness or shortening the duration or the contract; award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
5.4.2012