Published date: 9 March 2017
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Electricity meters - 38554000
Repair and maintenance services of electricity meters - 50411300
Energy-management services - 71314200
Energy-efficiency consultancy services - 71314300
Location of contract
Any region
Value of contract
£14,000,000
Procurement reference
RM3792
Published date
9 March 2017
Closing date
3 April 2017
Contract start date
14 June 2017
Contract end date
14 June 2020
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
Crown Commercial Service as the Contracting Authority is putting in place a Framework Agreement for the provision of Demand Side Response Services for use by UK public sector bodies identified at VI.3 (of the attached OJEU Contract Notice) (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.
The duration of the Framework Agreement is for a three (3) year period with an option to extend for one (1) year.
Please be advised that the Authority does not consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") to be an issue in respect of this Procurement at framework Agreement Award Stage as Services are not provided at this level.
At the Call Off Contract Stage, the Authority takes the view that TUPE is unlikley to apply. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply at the Call Off Contract Stage and to act accordingly.
Crown Commercial Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s).
In reference to Section II.1.4 (of the attached OJEU Contract Notice), maximum number of participants allowed. The Framework Agreement will be concluded with the maximum number of Potential Providers. This may increase only where two (2) or more Potential Providers have tied scores and are placed in the last position. The Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1% of the original awarded last place position only. For the avoidance of doubt, last position is 6th.
More information
Attachments
-
- 2017-OJS039-071929-en.pdf
- Tender notice
- 2017-OJS039-071929-en
-
- Attachment 14 - Security Guidance Version 1.0.pdf
- Tender notice
- Attachment 14 - Security Guidance Version 1.0
-
- Attachment 13 - Supplier Guidance - Version 2.pdf
- Tender notice
- Attachment 13 - Supplier Guidance - Version 2
-
- Attachment 9 - Framework Schedule 2 Part A Services Version 1.0.pdf
- Tender notice
- Attachment 9 - Framework Schedule 2 Part A Services Version 1.0
-
- Attachment 6 - Terms of Participation Version 1.0.pdf
- Tender notice
- Attachment 6 - Terms of Participation Version 1.0
-
- Attachment 5 - Framework Agreement Schedule 4 Template Order and Template Call Off Contract Terms.pdf
- Tender notice
- Attachment 5 - Framework Agreement Schedule 4 Template Order and Template Call Off Contract Terms
-
- Attachment 4 - Framework Agreement Version 1.0.pdf
- Tender notice
- Attachment 4 - Framework Agreement Version 1.0
-
- Attachment 3 - Award Questionnaire Response Guidance, Evaluation and Marking Scheme Version 1.0.pdf
- Tender notice
- Attachment 3 - Award Questionnaire Response Guidance, Evaluation and Marking Scheme Version 1.0
-
- Attachment 2 - Participation Requirements and Selection Questionnaire and Guidance Version 1.0.pdf
- Tender notice
- Attachment 2 - Participation Requirements and Selection Questionnaire and Guidance Version 1.0
-
- Attachment 1 - Invitation to Tender Version 1.0.pdf
- Tender notice
- Attachment 1 - Invitation to Tender Version 1.0
-
- Attachment 7 - Declaration of Compliance Version 1.0.docx
- Tender notice
- Attachment 7 - Declaration of Compliance Version 1.0
-
- Attachment 8 - Financial Assessment Template Version 1.0.xlsx
- Tender notice
- Attachment 8 - Financial Assessment Template Version 1.0
-
- Attachment 10 - Management Information Template Version 1.0.xlsx
- Tender notice
- Attachment 10 - Management Information Template Version 1.0
-
- Attachment 11 - Framework Population Template Version 1.0.docx
- Tender notice
- Attachment 11 - Framework Population Template Version 1.0
-
- Attachment 12 - Price Model and Price Evaluation Guidance Version 1.0.xlsx
- Tender notice
- Attachment 12 - Price Model and Price Evaluation Guidance Version 1.0
Additional text
-
Potential Providers will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender ("ITT").
This procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, please go online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to the e-Sourcing Suite email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event.
Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk
A full copy of the ITT documentation for this Procurement will be available for unrestricted and full direct access, free of charge via Crown Commercial Service website from the date of this publication of the contract notice: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline Responses must be published by the date in IV.3.4
The service arises from a Contract/Framework and will involve the Potential Provider holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL-SENSITIVE. It is a condition of this contract that this material must be protected. Baseline protection controls are defined in ISO27001:2013 and further defined by the Security Policy Framework https://www.gov.uk/government/collections/government-security.
About the buyer
Address
9th Floor, The Capital
Old Hall Street
Liverpool
L3 9PP
England
Telephone
0345 010 3503
supplier@crowncommercial.gov.uk
Website
Share this notice
Closing: 3 April 2017
All content is available under the
