Construction Tenders

Sun May 12 2024

Related Information

Construction Contract Leads

South East

Category Works

Type Contract

No. of Lots 1

Status Unsuccessful

Published 24th Nov 2023

Tender Details
Referenceocds-h6vhtk-03eb72
Common Procurement VocabularySolar panel roof-covering work
Procurement MethodOpen procedure
Value-
More Tenders »

South East

Category Works

Type Contract

No. of Lots 1

Status Unsuccessful

Published 24th Nov 2023

Tender Details
Referenceocds-h6vhtk-03eb72
Common Procurement VocabularySolar panel roof-covering work
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

West Sussex County Council

County Hall, West Street

Chichester

PO19 1RQ

Contact

Neil Robb

Email

neil.robb [at] westsussex.gov.uk

Country

United Kingdom

NUTS code

UKJ27 - West Sussex (South West)

Internet address(es)

Main address

https://www.westsussex.gov.uk/default.aspx

Buyer's address

https://www.westsussex.gov.uk/default.aspx

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Solar Photovoltaic (PV) systems and Battery

Reference number

I-0428

II.1.2) Main CPV code

  • 45261215 - Solar panel roof-covering work

II.1.3) Type of contract

Works

II.1.4) Short description

This project involves the following activities carried out in phases. In the first phase the Contractor is required to survey and confirm the suitability / viability of the installation of equipment at the Designated Sites in and to price the installation and commissioning and ongoing maintenance of the equipment at that site.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKJ27 - West Sussex (South West)

II.2.4) Description of the procurement

This project involves the following activities carried out in phases. In the first phase the Contractor is required to survey and confirm the suitability / viability of the installation of equipment at the Designated Sites in and to price the installation and commissioning and ongoing maintenance of the equipment at that site.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65

Cost criterion - Name: Price / Weighting: 35

II.2.11) Information about options

Options: No

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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-022057


Section V. Award of contract

A contract/lot is awarded: No

V.1) Information on non-award

The contract/lot is not awarded

No tenders or requests to participate were received or all were rejected


Section VI. Complementary information

VI.3) Additional information

Please note that we have taken the decision not to proceed with this procurement for the following reasons:
(a) The Instructions to Tenderers Document 01 did not stipulate with sufficient clarity that in their pricing of Phase 2 and Phase 3 works at the 5 Designated Sites, tenderers were to price the battery storage capacity specified for each of those Designated Sites as set out in the Asset List (Pricing Schedule Document 09).
(b) The Instructions to Tenderers Document 01 and the Pricing Schedule Document 09 contained contradictory instructions regarding the completion of two tabs within the Pricing Schedule – the Schedule of Rates and the Dayworks Schedule. The obligation to complete all of the cells within these two tabs was unclear and no test of compliance was imposed in relation to the completion of those cells.
As a result of (a) and (b), tenderers did not interpret the instructions in a uniform way and the Council was unable to assess compliance with its instructions or to evaluate bids on a like for like basis in order to identify the Most Economically Advantageous Tender.

VI.4) Procedures for review

VI.4.1) Review body

The High Court

London

London

EC4A 1NL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/