web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Colchester: Utility Supply and Energy Management Services Framework

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-018649/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Mixed global and partial bid

Contract 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 7513480033
Email: nick.gauntlett@dukefieldenergy.co.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
another address:Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 7513480033
Email: nick.gauntlett@dukefieldenergy.co.uk
Internet address(es):
Main address:
Address of the buyer profile:

Tenders or requests to participate must be submitted:
electronically via:
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 Services Framework

Reference number: CA10354 – ESSEX/UPG/ENERGY/02
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 Services needs of 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 seven Lots. There will be a maximum of 6 suppliers awarded a place on each of the Lots
II.1.5) Estimated total value:
Value excluding VAT: 660000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:7
Maximum number of lots that may be awarded to one tenderer 7
II.2) Description
II.2.1) Title: Electricity Supply and Additional Services

Lot No:1
II.2.2) Additional CPV code(s)
09000000, 09310000, 71314000, 71314200, 71314300, 38554000

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 additional related services.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 320000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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: Natural Gas Supply

Lot No:2
II.2.2) Additional CPV code(s)
50411200, 71314300, 09123000, 71314000, 71314200

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.2.6) Estimated value:
Value excluding VAT: 200000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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)
71314200, 71631430, 65100000, 39370000, 50411100, 38421100, 71800000, 65130000, 71314000, 71314300

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 provides organisations across the entire public sector with access to the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 80000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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 Efficiency Solutions

Lot No:4
II.2.2) Additional CPV code(s)
50232110, 31174000, 31518200, 31500000, 31320000, 31154000, 31682530, 30237280, 30232700, 31156000, 31000000, 50232000, 31527260, 31682510, 31321000

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 access to a comprehensive suite of energy efficiency solutions including, but not limited to:

• LED Lighting
• Lighting Sensors (occupancy, heat detection, daylight sensing, movement detection etc)
• Zone Control Units
• Voltage Optimisation
• Power Optimisation
• Central Control Units – time and zone controls
• Emergency Lighting
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 15000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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: Onsite Generation – Solar Photovoltaics

Lot No:5
II.2.2) Additional CPV code(s)
09331100, 30234000, 31158100, 09331000, 09332000, 09300000, 45261215, 09330000, 31422000, 09331200

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 will provide access to a comprehensive range of Solar Photovoltaic Panels and associated equipment and services. The Lot will provide organisations across the entire public sector with access to such onsite solar photovoltaic generation supplies and associated services. This will include but not be limited to the supply of:

• 60 Cell Solar PV Panels
• 72 Cell solar PV Panels
• 96 Cell solar PV Panels
• Inverters
• Mounting materials
• AC and DC Isolators
• Cabling
• Access to EMIG (or similar) portal
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 15000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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: Onsite Generation – Heat Pumps

Lot No:6
II.2.2) Additional CPV code(s)
71314100, 51112000, 71314200, 42511110, 42511100, 42122130, 44622000, 42124310, 72212421, 48421000, 42533000, 31200000, 71315210, 31681200, 44622100, 71314300, 42122460, 65300000, 42530000, 71314000, 43134100, 42122000

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 provides organisations across the entire public sector with the supply of Heat Pumps and associated services. The lot provides access to, but is not limited to, the following:

• Ground Source Heat Pumps
• Water Source Heat Pumps
• Air Source Heat Pumps
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 15000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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 Metering Services and Building Energy Management Software

Lot No:7
II.2.2) Additional CPV code(s)
71314100, 72212421, 51112000, 48422000, 38410000, 50411200, 48421000, 48482000, 38421100, 48517000, 71314200

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 provides organisations across the entire public sector with the supply of metering services and building energy management systems and software. The lot provides access to, but is not limited to, the following:

• Half Hourly Meter Operator (HH MOP) Contracts
• Half Hourly Data Collector Contracts (can be in conjunction with HH MOP Contracts)
• Half Hourly Data Aggregator Contracts (can be in conjunction with HH MOP Contracts)
• Automated Meter Reading equipment (AMR / Data Loggers)
• Sub-metering
• Building Energy Management Automated Control Systems
• Building Energy Management Software
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 15000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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 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

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:42IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-08-08 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2022-08-08 Local time: 12:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
The University of Essex’s Internal Reference Number is ESSEX/UPG/ENERGY/02. The framework is being delivered by the University of Essex and its partners Dukefield Energy Ltd (who are a subsidiary of Dukefield Group 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 lot is sixth 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.
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: phil.sweeting@essex.ac.uk
Internet address:

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: phil.sweeting@essex.ac.uk
Internet address:

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: phil.sweeting@essex.ac.uk
Internet address:
VI.5) Date of dispatch of this notice:2022-07-07