Framework agreement for the design, procurement, supply, installation and maintenance of roof mounted PV modules.

CONTRACT NOTICE

Works

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Wrexham County Borough Council
The Guildhall
Attn: Jonathan Edwards
LL11 1AY Wrexham
UNITED KINGDOM
Tel. +44 1978315441
E-mail:
Fax +44 1978315320

Internet address(es)

General address of the contracting authority http://www.wrexham.gov.uk

Further information can be obtained at: Wrexham County Borough Council
Attn: Danielle Speed

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Regional or local authority
Environment
Housing and community amenities
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
Framework agreement for the design, procurement, supply, installation and maintenance of roof mounted PV modules.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works Wrexham County Borough.

NUTS code UKL23

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged 6
Duration of the framework agreement: Duration in year(s): 4 years
II.1.5)Short description of the contract or purchase(s)
The Council wishes to establish a framework for the design, procurement supply, installation and maintenance of photovoltaic (PV) electrical generating systems, including related electrical connection works to up to 4 200 residential and commercial properties within the Wrexham area. The Council is inviting expressions of interest from suitably qualified and experienced contractors to be considered for appointment to the framework. Work will be allocated via call-off contracts currently estimated to be in tranches of approximately 500 properties each, although the Council reserves the right to award fewer or more properties under each call-off at its discretion. Call off contracts will be awarded following a mini-competition process based on specified evaluation criteria.
The call off contracts under the framework will include maintenance obligations with a requirement for training of the Council’s staff.
II.1.6)Common procurement vocabulary (CPV)

09331200, 31712331, 09332000, 09331000, 09330000, 09300000, 45261215, 45210000, 45261200, 45315300, 45315400, 45315500, 45315600, 50000000, 50711000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
No
II.1.8)Division into lots
II.1.9)Variants will be accepted
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
The framework for the design, procurement supply, installation and maintenance of photovoltaic (PV) electrical generating systems, will cover works for up to 4 200 residential and commercial properties within the Wrexham area.
II.2.2)Options
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 regulating 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 to which the performance of the contract is subject
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 requirements are met: As detailed within the pre qualification questionnaire document (PQQ).
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: As detailed within the pre qualification questionnaire document (PQQ).
Minimum level(s) of standards possibly required As detailed within the pre qualification questionnaire document (PQQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
As detailed within the pre qualification questionnaire document (PQQ).
Minimum level(s) of standards possibly required
As detailed within the pre qualification questionnaire document (PQQ).
III.2.4)Reserved contracts
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service

SECTION IV: PROCEDURE

IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedure
Accelerated restricted
Justification for the choice of accelerated procedure: Early release and execution of the works will benefit the economy and industry and meet the timescales for the current FIT scheme.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators 10
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
JE/06/11
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time-limit for receipt of tenders or requests to participate
12.7.2011
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
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)THIS IS A RECURRENT PROCUREMENT
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
VI.3)ADDITIONAL INFORMATION

The Council requests that service providers wishing to express an interest submit a request for a pre-qualification questionnaire (PQQ) by e-mailing by 12 noon on 11th July. The PQQ must be completed and submitted in accordance with the instructions set out therein by 12 Noon on 12th July.

Tenders and supporting documentation must be priced in sterling. The Council reserves the right to approve all sub-contracting appointments the successful tenderers may make when providing services under any resultant framework agreement. Acceptance of any contractor onto a framework agreement by the Council is not a guarantee of any work, or continuity of work. The Council is under no obligation to place all or any work under the framework agreement.
For group tenders, the Council reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
Any agreement entered into will be governed by the law of England and Wales and will be subject to the exclusive jurisdiction of the Courts of England and Wales. The Council is not liable for any costs incurred by those expressing an interest in tendering for this opportunity.
The Council reserves the right to terminate the procurement process (or part of it), to change the basis of the procedures for the procurement process at any time, or to procure the framework agreement by alternative means if it appears that the Council’s needs can be met more advantageously by alternative means. The most economically advantageous or any tender will not automatically be accepted.
Wrexham County Borough Council is committed to contributing to the social, economic and environmental well-being of the wider community. Accordingly, while the requirement to do so will not be mandatory, the successful contractor will be expected to consider opportunities to recruit and train long term economically inactive persons as part of the workforce delivering this project.
Buy4Wales Reference Number: 26342.
I.1) Name, addresses and contact point(s):

Email: request for PQQ should be sent to: .

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 Contracting Authority will incorporate a minimum of 10 calendar day standstill period at the point that an award decision notice is communicated to tenderers. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or at risk of 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 3 months). The Court may order the setting aside of the award decision or may order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 6 months (and 30 days in certain circumstances).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
1.7.2011