
Market Leads & Opportunities
United Kingdom-Colchester: Utility Supply and Energy Management Solutions Framework
Type of document: Contract award
Country: United Kingdom
Publication Ref: (2024/S 000-017863/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Not applicable
Contract award notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1206872954
Email: philip.sweeting@essex.ac.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Dukefield Energy Limited
Postal address: 167 Chorley New Road
Town: Bolton
Postal code: BL1 4RA
Country: United Kingdom
Telephone: +44 7966040564
Email: steve.davies@dukefieldprocurement.co.uk
Internet address(es):
Main address:
Address of the buyer profile:
Official name: Public Sector
Postal address: University of Essex, Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1206872954
Email: philip.sweeting@essex.ac.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.2) Joint Procurement:
The contract involves joint procurement
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Utility Supply and Energy Management Solutions Framework
Reference number: CA13297 – ESSEX/DE/ENERGY/03
II.1.2) Main CPV code: 09000000
II.1.3) Type of contract Supplies
II.1.4) Short Description: The Contracting Authority wishes to establish a Framework Agreement to meet the Utility Supply and Energy Management Solutions needs of the the University of Essex, and it is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at:
There will be let across four Lots. There will be a maximum of 6 suppliers awarded a place on each of the Lots 1, 2 and 3 and a maximum of 15 suppliers on Lot 4.
II.1.6) Information about lots:
The contract is divided into lots: yes
II.1.7) Total value of the procurement(excluding VAT)
Value:400000000
Currency:GBP
II.2) Description
II.2.1) Title: Provision of Electricity Supply
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 09310000
Main CPV code: 31682000
Main CPV code: 50411300
Main CPV code: 71314000
Main CPV code: 09300000
Main CPV code: 71314200
Main CPV code: 38554000
Main CPV code: 71314300
II.2.3) Place of performance
Nuts code:
Main site or place of performance:United Kingdom
II.2.4) Description of the procurement
The Lot will provide organisations across the entire public sector with access to electricity supply and additional services including Fixed, Passthrough and Flexible, Metered and UMS electricity supplies – Unmetered, Half Hourly and Non-Half Hourly electricity. The Lot will also provide access to other additional related services.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1×12 month(s)
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.2.1) Title: Provision of Natural Gas Supply
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 38550000
Main CPV code: 09123000
Main CPV code: 71314300
Main CPV code: 50411200
Main CPV code: 71314200
Main CPV code: 71314000
Main CPV code: 45333200
II.2.3) Place of performance
Nuts code:
Main site or place of performance:United Kingdom
II.2.4) Description of the procurement
This framework Lot will provide organisations across the entire public sector with Natural Gas Supply including Non-Daily Metered and Daily Metered. The Lot will also provide access to a suite of Additional Services.
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1×12 month(s)
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.2.1) Title: Supply of Metered and Unmetered Water, Metered and Unmetered Wastewater, Trade Effluent Services and Ancillary Services
Lot No:3
II.2.2)Additional CPV code(s)
Main CPV code: 71314000
Main CPV code: 38421100
Main CPV code: 39370000
Main CPV code: 71314300
Main CPV code: 71314200
Main CPV code: 50411100
Main CPV code: 65100000
Main CPV code: 71800000
Main CPV code: 65130000
Main CPV code: 71631430
II.2.3) Place of performance
Nuts code:
Main site or place of performance:United Kingdom
II.2.4) Description of the procurement
Supply of Metered and Unmetered Water, Metered and Unmetered Wastewater, Trade Effluent Services and Ancillary Services
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1×12 month(s)
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.2.1) Title: Energy Management Solutions
Lot No:4
II.2.2)Additional CPV code(s)
Main CPV code: 42124310
Main CPV code: 31174000
Main CPV code: 31156000
Main CPV code: 31681200
Main CPV code: 42511110
Main CPV code: 31518200
Main CPV code: 31682510
Main CPV code: 09332000
Main CPV code: 72212421
Main CPV code: 42122130
Main CPV code: 42122460
Main CPV code: 44622000
Main CPV code: 30234000
Main CPV code: 09331100
Main CPV code: 45261215
Main CPV code: 44622100
Main CPV code: 31154000
Main CPV code: 51112000
Main CPV code: 30232700
Main CPV code: 09331000
Main CPV code: 31527260
Main CPV code: 71314100
Main CPV code: 50232000
Main CPV code: 31121300
Main CPV code: 45251160
Main CPV code: 50111110
Main CPV code: 71315210
Main CPV code: 31422000
Main CPV code: 31121320
Main CPV code: 09330000
Main CPV code: 09300000
Main CPV code: 50232110
Main CPV code: 42511100
Main CPV code: 31682530
Main CPV code: 42530000
Main CPV code: 79411000
Main CPV code: 31321000
Main CPV code: 71314200
Main CPV code: 09331200
Main CPV code: 31121110
Main CPV code: 43134100
Main CPV code: 31121330
Main CPV code: 31320000
Main CPV code: 31158100
Main CPV code: 31200000
Main CPV code: 48421000
Main CPV code: 71314000
Main CPV code: 31221100
Main CPV code: 42122000
Main CPV code: 42533000
Main CPV code: 71314300
Main CPV code: 31000000
Main CPV code: 71315200
II.2.3) Place of performance
Nuts code:
Main site or place of performance:United Kingdom
II.2.4) Description of the procurement
This Lot involves the delivery of a suite of Energy Managements Solutions including but not limited to the following Energy Management Solutions :
• Energy Management Consultancy Services
• Alternative Power: Heat Pumps
• Alternative Power: Solar Photovoltaics
• Alternative Power: Wind
• Electric Vehicle Charging
• Energy Efficiency Solutions
o LED Lighting
o Lighting Sensors
o Zone Control Units
o Voltage Optimisation
o Power Optimisation
o Central Control Units
o Emergency Lighting
II.2.5)Award criteria
II.2.11) Information about options
Options yes
Description of options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1×12 month(s)
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
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 in the OJ S:2024/S 000-003271
Section V: Award of contract
Contract No: CA13297
Lot No: 1
Title: Provision of Electricity Supply
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2024-06-10
V.2.2) Information about tenders
Number of tenders received:5
The contract has been awarded to a group of economic operators: yes
V.2.3) Name and address of the contractor
Official name: Ecotricity Group Ltd
Postal address: Lion House, Rowcroft
Town: Stroud
Postal code: GL53BY
Country: United Kingdom
Telephone: +44 7536997758
Email: gary.robinson@ecotricity.co.uk
Nuts code:
Internet address: www.ecotricity.co.uk
The contractor is an SME no
Official name: Centrica Business Solutions UK Limited
Postal address: Millstream, Maidenhead Road
Town: Windsoe
Postal code: SL4 5GD
Country: United Kingdom
Telephone: +44 7557618448
Email: centricatenders@centrica.com
Nuts code:
Internet address:
The contractor is an SME no
Official name: SSE Energy Supply Limited
Postal address: No.1 Forbury Place, 43 Forbury Road
Town: Reading
Postal code: RG1 3JH
Country: United Kingdom
Telephone: +44 1313355270
Email: energy.solutions@sse.com
Nuts code:
Internet address: www.southern-electric.co.uk
The contractor is an SME no
Official name: Brook Green Supply Limited
Postal address: 80 Hammersmith Road, 4th Floor, 4th Floor
Town: London
Postal code: W14 8UD
Country: United Kingdom
Telephone: +44 2078704941
Email: sales@brookgreensupply.com
Nuts code:
Internet address:
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:200000000
Currency:GBP
Contract No: CA13297
Lot No: 2
Title: Provision of Natural Gas Supply
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2024-06-10
V.2.2) Information about tenders
Number of tenders received:4
The contract has been awarded to a group of economic operators: yes
V.2.3) Name and address of the contractor
Official name: Ecotricity Group Ltd
Postal address: Lion House, Rowcroft
Town: Stroud
Postal code: GL53BY
Country: United Kingdom
Telephone: +44 7536997758
Email: gary.robinson@ecotricity.co.uk
Nuts code:
Internet address: www.ecotricity.co.uk
The contractor is an SME no
Official name: SSE Energy Supply Limited
Postal address: No.1 Forbury Place, 43 Forbury Road
Town: Reading
Postal code: RG1 3JH
Country: United Kingdom
Telephone: +44 1313355270
Email: energy.solutions@sse.com
Nuts code:
Internet address: www.southern-electric.co.uk
The contractor is an SME no
Official name: Brook Green Supply Limited
Postal address: 80 Hammersmith Road, 4th Floor, 4th Floor
Town: London
Postal code: W14 8UD
Country: United Kingdom
Telephone: +44 2078704941
Email: sales@brookgreensupply.com
Nuts code:
Internet address:
The contractor is an SME yes
Official name: Centrica Business Solutions UK Limited
Postal address: Millstream, Maidenhead Road
Town: Windsoe
Postal code: SL4 5GD
Country: United Kingdom
Telephone: +44 7557618448
Email: centricatenders@centrica.com
Nuts code:
Internet address:
The contractor is an SME no
V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:100000000
Currency:GBP
Contract No: CA13297
Lot No: 3
Title: Supply of Metered and Unmetered Water, Metered and Unmetered Wastewater, Trade Effluent Services and Ancillary Services
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2024-06-10
V.2.2) Information about tenders
Number of tenders received:3
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Water Plus Ltd
Postal address: South Court, Riverside Park
Town: STOKE ON TRENT
Postal code: ST4 4DA
Country: United Kingdom
Telephone: +44 3450726072
Email: bids@water-plus.co.uk
Nuts code:
Internet address: www.water-plus.co.uk
The contractor is an SME no
V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:40000000
Currency:GBP
Contract No: CA13297
Lot No: 4
Title: Energy Management Solutions
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2024-06-10
V.2.2) Information about tenders
Number of tenders received:4
The contract has been awarded to a group of economic operators: yes
V.2.3) Name and address of the contractor
Official name: CORENERGY LIMITED
Postal address: Parkway Two, Parkway Business Park
Town: MANCHESTER
Postal code: M14 7LU
Country: United Kingdom
Telephone: +44 1616949949
Email: info@cor-energy.co.uk
Nuts code:
Internet address: www.cor-energy.co.uk
The contractor is an SME no
Official name: Brook Green Supply Limited
Postal address: 80 Hammersmith Road, 4th Floor, 4th Floor
Town: London
Postal code: W14 8UD
Country: United Kingdom
Telephone: +44 2078704941
Email: sales@brookgreensupply.com
Nuts code:
Internet address:
The contractor is an SME yes
V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:60000000
Currency:GBP
Section VI: Complementary information
VI.3) Additional information:
The University of Essex’s Internal Reference Number is ESSEX/DE/ENERGY/03. The framework is being delivered by the University of Essex and its partners Dukefield Energy Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Energy Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The
University of Essex expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the it’s requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all
Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer on a Lot is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the Lot in question for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers on a particular Lot beyond the stated maximum number for that Lot, where their final evaluation score (s) is within 0.5% of the last placed position only on the particular Lot. For the avoidance of doubt, the last placed position in respect of this framework on each lots 1, 2 and 3 is sixth, and in respect of Lot 4 is fifteenth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position on a lot, shall be deemed to occupy the last framework agreement contract award position for that particular lot.
(k) The figure in respect of Lot 4 section II.2.5 is incorrect and the correct figures should be:
Lot 4 Quality 100% Price 0%
VI.4) Procedures for review
VI.4.1) Review body
Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1206872954
E-mail: philip.sweeting@essex.ac.uk
VI.4.2) Body responsible for mediation procedures
Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1206872954
E-mail: philip.sweeting@essex.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take
action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to
amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is
entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1206872954
E-mail: philip.sweeting@essex.ac.uk
VI.5) Date of dispatch of this notice:
2024-06-10
More Opportunties
- United Kingdom-Newcastle upon Tyne: Microsoft Enterprise Agreement and Related Services
2 May 25
Supply of Microsoft Enterprise Agreement and Related Services. Planned sourcing route: Call-off from a framework agreement> > - United Kingdom-Alfreton: EEM0072 Supply and Distribution of Materials Framework
2 May 25
Efficiency East Midlands Ltd (EEM) is a procurement consortium which establishes and manages a range of frameworks and DPS agreements. https://eem.org.uk/ EEM conducted this tender exercise to procure a Materials Framework to replace our existing Material> > - United Kingdom-Newcastle upon Tyne: IT Peripherals and Assistive Technology
2 May 25
Supply of IT Peripherals and Assistive Technology (AT). Planned sourcing route: Call-off from a framework agreement> >