Contract notice
Section I: Contracting
authority
I.1) Name and addresses
SSE
Garton Road, Aldbrough, Hull
Hull
HU11 4QB
UK
Contact person: Stuart Skipsey
Telephone: +44 7384454029
E-mail: stuart.skipsey@sse.com
NUTS: UKE12
Internet address(es)
Main address: www.sse.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://sse.com/potential-suppliers/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Utility
I.5) Main activity
Other: Energy
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Inspection and Repair of Onshore Wind Turbine Blades
Reference number: 63140
II.1.2) Main CPV code
71631000
II.1.3) Type of contract
Services
II.1.4) Short description
The provision of inspection and/or repair services for (Onshore) Wind Turbine Blades across the UK and Ireland. Inspection and condition reporting of in-situ wind turbine blades and Repair of in-situ blades dependant on resulting categorised damage/condition.
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot A: Inspection and Reporting
LOT B: Repair
II.2) Description
Lot No: 1
II.2.1) Title
Inspection and Reporting for Onshore Wind Turbine Blades
II.2.2) Additional CPV code(s)
71631000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Multiple sites across the UK (mainly SCOTLAND and ENGLAND) and IRELAND.
II.2.4) Description of the procurement
The provision of inspection services for online wind turbine blades in the UK and Ireland.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality including (technical, management, quality, health and safety, procurement and contractual)
/ Weighting: 60
Cost criterion: Price (all cost elements)
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
1 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Initial term of framework will be 3 years with two additional option years (so 5-year term) then would be re-tendered in accordance with the Regulations and the requirement
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
In accordance with the pre-qualification process those scoring greater than 60/100 will be invited to tender.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Options in regards to methods and technology that offer efficiency, safety or cost benefits to the employers business.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Repair of Onshore Wind Turbine Blades
II.2.2) Additional CPV code(s)
50000000
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Multiple sites across the UK (mainly SCOTLAND and ENGLAND) and IRELAND.
II.2.4) Description of the procurement
Provision of repairs to onshore wind turbine blades (in-situ) in accordance with categories of damage from prior inspections
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality (technical, quality, health and safety, management, procurement and contractual)
/ Weighting: 60
Cost criterion: Price (schedule of rates)
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
3 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Initial term of framework with be 3 years with options to extend by 2 further years (5 years total) the FW will then be re-tendered in accordance with the Regulations and requirements.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
In accordance with pre-qualification and those scoring higher than 60/100.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
Options in regards to methods or innovation that offer efficiency, safety or cost benefits to the employer.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As the requirements of the pre-qualification (Mandatory and pre-requisites) which can be found on the following site
http://sse.com/potential-suppliers/
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.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 8
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.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/06/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
15/06/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
6 months prior to the completion of the 5-year term.
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
15/05/2020