Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)City and County of Swansea
Room 3.2.6, Civic Centre
Contact point(s): Procurement Department
SA1 3SN Swansea
UNITED KINGDOM
Telephone: +44 1792637578
Internet address(es):
General address of the contracting authority: www.swansea.gov.uk
Address of the buyer profile: www.swansea.gov.uk
Electronic access to information: www.etenderwales.bravosolution.co.uk
Electronic submission of tenders and requests to participate: www.etenderwales.bravosolution.co.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 authorityRegional or local authority
I.3)Main activityGeneral public services
Environment
Housing and community amenities
Social protection
Recreation, culture and religion
Education
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Contract for Energy Efficiency Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Swansea.
NUTS code UKL18
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)
The City and County of Swansea has a requirement to appoint an Energy Efficiency Consultancy Service Provider to produce Energy Performance Certificate's, and ECO/RdSAP reports in void council house properties and private housing properties throughout the renewal area in Swansea. Green Deal Assessment reports will also be required on private properties in the renewal area.
Note: The authority is using e-Tenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=38573
II.1.6)Common procurement vocabulary (CPV) 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: no
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:
Energy Performance Certificate for void council properties - approximately 300 per annum.
Energy Performance Certificates and Green Deal Assessments for renewal area - approximately 240 per annum.
Energy Performance Certificates and Green Deal Assessments for other future projects - approximately 120 per annum.
ECO reports, RdSAP files, XML files etc. to facilitate in the procurement of utility funding for a variety of projects - approximately 180 per annum.
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 completion Starting 1.4.2016. Completion 1.4.2021
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:
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 conditionsThe performance of the contract is subject to particular conditions: no
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: Please see PQQ.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Please see PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Please see PQQ.
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 number of operators: 5
Objective criteria for choosing the limited number of candidates: Please see PQQ Document.
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:
CCS/15/020
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 participate20.1.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates1.2.2016
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 recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(WA Ref:38573).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresLegal Services
City and County of Swansea, Oystermouth Road
SA1 3SN Swansea
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:16.12.2015