CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Wrexham County Borough Council |
Ruthin Road, |
Wrexham |
LL13 7TU |
UK |
Housing, Public Protection and Environment
Renia Kotynia |
+44 1978315514 |
|
|
www.wrexham.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0264
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
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 authorityBiomass Boiler at Redwither Tower |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
|
|
|
|
|
|
|
|
|
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Wrexham
UKL23 |
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)
Redwither Tower is an office building owned by Wrexham County Borough Council (WCBC) which provides commercial office space to a number of businesses in Wrexham. Redwither Tower is located within Wrexham Industrial Estate, it is a four-storey building which has a current occupancy of approximately 50% although WCBC plan to increase occupancy to 100% over the next few years. The total heated floor area of the building is 17,000m2.
Space heating is currently supplied throughout the building by 3 x 1.2MW gas boilers. Domestic hot water throughout the building is supplied by local point of use electric water heaters. The gas boilers and all plant equipment are housed in a plant room on the ground floor.
WCBC wish to remove the existing gas boilers and install a circa 750kW wood pellet boiler to serve the space heat demand of the building, in order to reduce carbon emissions at the site and to benefit from the Renewable Heat Incentive. DHW will continue to be supplied by the existing electric point of use water heaters which will be retained in place.
The new biomass boiler system will be located within the existing ground floor plant room. Two new circa 1.2-1.5MW gas boilers will also be installed within the plant room following removal of the existing gas boilers. The new gas boilers will provide auxiliary heating. Heat will be distributed around the building via the existing heat distribution network which includes twelve local plant rooms (four local plant rooms on each of the first, second and third floors).
The scope of work involves the supply and mechanical and electrical installation of the biomass boiler with fuel feed system, thermal stores, flue and all ancillary equipment inside the existing plant room. The works also include the removal of the three gas boilers and all associated pipe work and equipment from the existing plant room and the installation of two new gas boilers and flues for auxiliary heat. The works also include the supply and installation of an external wood fuel store including all foundations and penetrations for fuel augers.
NOTE: The authority is using eTenderwales 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=21414
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50721000 |
|
|
|
|
|
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 scope5 month contract from April - September to deliver the requirements as detailed within the Invitation to Tender |
|
|
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
|
II.3)
|
Duration of the contract or limit for completion 27-04-2015 25-09-2015 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Guarantee Bond. Detail of the Bond is attached to the e-tender
|
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
Please refer to Invitation to Tender for details of these requirements
|
III.2.2)
|
Economic and financial capacity
Please refer to Invitation to Tender for details of these requirements
|
III.2.3)
|
Technical capacity
Please refer to Invitation to Tender for details of these requirements
|
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
Proc-14-73
|
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 25-02-2015
17:00 |
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:21414)
|
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 16-01-2015 |