Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

05 Contract Notice (Utilities)

Bridgend Town Heat Network - Design, Build, Operate, Maintain

  • First published: 05 February 2021
  • Last modified: 05 February 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-107988
Published by:
Bridgend County Borough Council - (Utility)
Authority ID:
AA80483
Publication date:
05 February 2021
Deadline date:
08 March 2021
Notice type:
05 Contract Notice (Utilities)
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Council is seeking to procure suitably experienced companies to support the successful development of a heat and private electricity network in Bridgend town centre – the Bridgend Town Heat Network (‘BTHN’). As part of the project the Council is proposing to create an energy service company (‘ESCO’) to enter into the contracts for the design, build, operation and maintenance of the BTHN with the successful contractor following the procurement process. The ESCO will be a newly created special purpose company which is wholly owned by the Council. The ESCO will own the infrastructure as well as operate the BTHN and enter into contracts with customers for the sale of heat and electricity. Funding for the project is expected to be provided in part from the Council and in part from the Department for Business, Energy and Industrial Strategy (BEIS) Heat Networks Investment Project (HNIP). CPV: 45232140, 09300000, 09310000, 09323000, 38551000, 42515000, 44163120, 45232140, 45000000, 45251000, 45251250, 45259300, 45315100, 45317300, 71314000, 71314200, 71314310, 71322200.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Bridgend County Borough Council - (Utility)

Procurement Unit, Civic Offices, Angel Street

Bridgend

CF31 4WB

UK

Contact person: Michael Jenkins

Telephone: +44 1656643179

E-mail: michael.jenkins@bridgend.gov.uk

NUTS: UK

Internet address(es)

Main address: www.bridgend.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA80483

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etenderwales.bravosolution.co.uk


I.6) Main activity

Other: General Public Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Bridgend Town Heat Network - Design, Build, Operate, Maintain

Reference number: B641

II.1.2) Main CPV code

45232140

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Council is seeking to procure suitably experienced companies to support the successful development of a heat and private electricity network in Bridgend town centre – the Bridgend Town Heat Network (‘BTHN’).

As part of the project the Council is proposing to create an energy service company (‘ESCO’) to enter into the contracts for the design, build, operation and maintenance of the BTHN with the successful contractor following the procurement process. The ESCO will be a newly created special purpose company which is wholly owned by the Council. The ESCO will own the infrastructure as well as operate the BTHN and enter into contracts with customers for the sale of heat and electricity.

Funding for the project is expected to be provided in part from the Council and in part from the Department for Business, Energy and Industrial Strategy (BEIS) Heat Networks Investment Project (HNIP).

II.1.5) Estimated total value

Value excluding VAT: 6 900 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

09300000

09310000

09323000

38551000

42515000

44163120

45232140

45000000

45251000

45251250

45259300

45315100

45317300

71314000

71314200

71314310

71322200

II.2.3) Place of performance

NUTS code:

UKL17

II.2.4) Description of the procurement

The Bridgend Town Heat Network project is located adjacent to the centre of Bridgend Town. The scheme is primarily retrofit connecting the existing Bridgend Life Centre, Civic Offices and Bridgend Bowls Centre.

The scheme will create an Energy Centre in the plant room of the Bridgend Life Centre which will utilise a gas CHP engine to supply heat and power to the buildings involved in the scheme. Bridgend County Borough Council is the primary building owner within the scheme (although the Life Centre and Bowls Hall are operated by Halo Leisure).

It is anticipated that the contract scope shall include (but is not limited to):

(1) Design and build of:

(a) the energy centre to be located in the Bridgend Life Centre including CHP unit, back-up/ top-up boilers, thermal stores, and all ancillary plant and equipment required to provide heat and electricity to customers in the Phase 1 scheme.

(b) the district heating network from the energy centre to all customers in the Phase 1 scheme including the connection of the district heating network to the secondary distribution networks within the customer sites. This may include works on the secondary distribution networks to ensure those networks are suitable for connection to the district heating network.

(c) the private wire electricity network from the energy centre to all customers in the Phase 1 scheme.

(2) Operation, maintenance (planned and reactive) and repair of all of the assets being designed and built as referred to at (1) above including performance monitoring and reporting and optimisation of plant operation to minimise the use of back-up boilers. The successful contractor will be responsible for the cost of consumables required for the operation and maintenance of the assets. Lifecycle risk will be retained by the ESCO. However, the successful contractor may be required to carry out lifecycle replacement works at the ESCO's cost.

(3) Collection and provision of metering data and supporting ESCO with customer interface on operational issues including works and maintenance required at customer premises.

The contract will contain the option for the successful contractor to price and carry out the design and build of network extensions to new customers beyond the Phase 1 scheme but the ESCO will reserve the right to benchmark the price of those works and potentially award those works to third party contracts. The contract will require the successful contractor to operate and maintain the network as extended whether or not the contractor has carried out the extension works.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 6 900 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The contract value stated above includes a current estimated value for Phase 1 (excluding lifecycle) of GBP4.4m (GBP3.4 capex plus O&M) and an allowance of a further GBP1.5m for the value of any network extensions that may be instructed at the Council's option. The contract duration stated above represents 5 years of O&M following the completion of the capital works. This may be extended by a further 5 years at the Council's option.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The contract value includes an estimated value for Phase 1 (excluding lifecycle) of GBP4.4m (GBP3.4 capex plus O&M) and an allowance of a further GBP1.5m for the value of any network extensions that may be instructed at the Council's option. The contract duration stated represents 5 years of O&M following completion of the works. This may be extended by a further 5 years at the Council's option.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.4) Objective rules and criteria for participation

Please see Qualification Questionnaire which is part of the tender documents available as noted at I.3.

III.1.6) Deposits and guarantees required:

To be confirmed at invitation to negotiate stage.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

To be confirmed at invitation to negotiate stage.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

If the winning bid is from a consortium the Council will contract either with a lead contractor or an appropriately supported special purpose vehicle; or with consortium members on a joint and several basis.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

To be confirmed at invitation to negotiate stage.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 08/03/2021

Local time: 16:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 29/03/2021

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

All dates, timescales and values set out in this notice are estimates only and so subject to change during the tender process, if required. The date and time for tender submission will be confirmed in the invitation to negotiate.

The tender evaluation methodology will be published as part of the invitation to negotiate.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=107988

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

The Community Benefits included in this contract will be detailed within the invitation to negotiate.

(WA Ref:107988)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

05/02/2021

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45251000 Construction works for power plants and heating plants Construction works for plants, mining and manufacturing and for buildings relating to the oil and gas industry
44163120 Distance-heating pipes Pipes and fittings
09323000 District heating Steam, hot water and associated products
42515000 District heating boiler Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery
45232140 District-heating mains construction work Ancillary works for pipelines and cables
45251250 District-heating plant construction work Construction works for power plants and heating plants
45315100 Electrical engineering installation works Electrical installation work of heating and other electrical building-equipment
45317300 Electrical installation work of electrical distribution apparatus Other electrical installation work
09310000 Electricity Electricity, heating, solar and nuclear energy
09300000 Electricity, heating, solar and nuclear energy Petroleum products, fuel, electricity and other sources of energy
71314000 Energy and related services Consultative engineering and construction services
38551000 Energy meters Meters
71314200 Energy-management services Energy and related services
71314310 Heating engineering services for buildings Energy and related services
45259300 Heating-plant repair and maintenance work Repair and maintenance of plant
71322200 Pipeline-design services Engineering design services for the construction of civil engineering works

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
michael.jenkins@bridgend.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.