CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
The City of Cardiff Council |
County Hall, Atlantic Wharf |
Cardiff |
CF10 4UW |
UK |
Commissioning and Procurement
Ola Ogunfiditimi |
+44 2920873738 |
Ola.Ogunfiditimi@cardiff.gov.uk |
|
http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0422
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityPortable Renewable Energy Generation |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
CARDIFF
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Portable Renewable Energy Generation
Document A – Competition Brief
The Portable Renewable Energy Generation project is a national SBRI competition that will be launched by the City of Cardiff Council to identify and develop innovative solutions to generate portable renewable energy technologies that are able to work in a range of locations on underused or vacant land in the city.
This competition is jointly funded by Welsh Government, Innovate UK and the Department for Energy & Climate Change and will be run by the Energy & Sustainability Department of City of Cardiff Council.
The contest will seek to develop innovative and cost effective solutions that provide portable and scalable technologies to generate clean renewable energy on vacant or underused land in the city that could be easily removed and relocated elsewhere as necessary. The solutions would need to:
-be easy to transport, install, dismantle and store;
-be able to work effectively in a range of different locational scenarios;
-consider and devise effective, low cost means of connecting to energy distribution grids, directly to nearby users, and/or methods to store energy for future use elsewhere;
-address issues of site security and health and safety;
-be mindful of potential impacts on neighbouring areas;
-consider means of registering for appropriate Government incentives for renewable energy regeneration; and
-show a clear route to scalability and cost effective production, measured against return on investment.
Organisations will be invited to compete for a share of a total of 1000000GBP million fund which will be divided into two stages as follows:
-Stage 1: Up to 4 feasibility projects up to 50000GBP each.
-Stage 2: Up to 2 demonstrator projects up to 400000GBP each.
Only projects selected for stage 1 will be eligible to take part in stage 2.
We are pleased to have Western Power Distribution and the Building Research Establishment as critical friends in the competition. These partners will join the core team in steering the competition’s key drivers, assessing applications and monitoring project progress.
The competition will open on Monday 20th April 2015 with a briefing event for interested parties being run on Wednesday 29th April 2015 at Cardiff Council County Hall offices, CF10 4UW (parking in Red Dragon centre, opposite County Hall). (https://eventbrite.com/event/16394446230/).
Once launched, interested parties will be able to get further information, register their interest and book a place at the briefing event via sell2wales website or e-mail sustainabledevelopment@cardiff.gov.uk
Key Dates
Competition Launch 20th April 2015
Briefing Event 29th April 2015
Phase 1 – Feasibility Studies
Deadline for Applicant submissions 8th June 2015
Contract awards made Mid July 2015
Projects Commence 1st Aug 2015
Projects Completed 31st Dec 2015
Phase 2 – Demonstrator Projects
Deadline for Applicant submissions Early January 2016
Contract awards made Early Feb 2016
Projects Commence End Feb 2016
Projects Completed March 2017
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=25968.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71314200 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
|
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
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 Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers 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
(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 capacity
|
III.2.3)
|
Technical capacity
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 08-06-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
(WA Ref:25968)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 22-04-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
The City of Cardiff Council |
County Hall, Atlantic Wharf |
Cardiff |
CF10 4UW |
UK |
Commissioning and Procurement
Ola Ogunfiditimi |
+44 2920873732 |
Ola.Ogunfiditimi@cardiff.gov.uk |
|
http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865 |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
The City of Cardiff Council |
County Hall, Atlantic Wharf |
Cardiff |
CF10 4UW |
UK |
Ola Ogunfiditimi |
+44 2920873738 |
Ola.Ogunfiditimi@cardiff.gov.uk |
|
http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865 |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
The City of Cardiff Council |
County Hall, Atlantic Wharf |
Cardiff |
CF10 4UW |
UK |
Ola Ogunfiditimi |
+44 2920873738 |
Ola.Ogunfiditimi@cardiff.gov.uk |
|
http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865 |
|