Opportunity

Utility Supply and Energy Management Solutions Framework

  • University of Essex
  • Dukefield Energy Limited
  • Public Sector

F02: Contract notice

Notice reference: 2024/S 000-003271

Published 31 January 2024, 4:48pm



Section one: Contracting authority

one.1) Name and addresses

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.essex.ac.uk/

Buyer's address

https://www.essex.ac.uk/

one.1) Name and addresses

Dukefield Energy Limited

167 Chorley New Road

Bolton

BL1 4RA

Email

steve.davies@dukefieldprocurement.co.uk

Telephone

+44 7966040564

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://suppliers.multiquote.com

Buyer's address

https://suppliers.multiquote.com

one.1) Name and addresses

Public Sector

University of Essex, Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://suppliers.multiquote.com

Buyer's address

https://suppliers.multiquote.com

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://suppliers.multiquote.com

Additional information can be obtained from another address:

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.essex.ac.uk/

Buyer's address

https://www.essex.ac.uk/

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Utility Supply and Energy Management Solutions Framework

Reference number

CA13297 - ESSEX/DE/ENERGY/03

two.1.2) Main CPV code

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy

two.1.3) Type of contract

Supplies

two.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, https://www.essex.ac.uk/ 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:

https://www.dukefieldenergy.co.uk/fts-eligible-users

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.

two.1.5) Estimated total value

Value excluding VAT: £400,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

Maximum number of lots that may be awarded to one tenderer: 4

two.2) Description

two.2.1) Title

Provision of Electricity Supply

Lot No

1

two.2.2) Additional CPV code(s)

  • 09310000 - Electricity
  • 31682000 - Electricity supplies
  • 50411300 - Repair and maintenance services of electricity meters
  • 71314000 - Energy and related services
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 71314200 - Energy-management services
  • 38554000 - Electricity meters
  • 71314300 - Energy-efficiency consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £200,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.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 1x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Provision of Natural Gas Supply

Lot No

2

two.2.2) Additional CPV code(s)

  • 38550000 - Meters
  • 09123000 - Natural gas
  • 71314300 - Energy-efficiency consultancy services
  • 50411200 - Repair and maintenance services of gas meters
  • 71314200 - Energy-management services
  • 71314000 - Energy and related services
  • 45333200 - Gas meter installation work

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.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.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.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 1x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Supply of Metered and Unmetered Water, Metered and Unmetered Wastewater, Trade Effluent Services and Ancillary Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services
  • 38421100 - Water meters
  • 39370000 - Water installations
  • 71314300 - Energy-efficiency consultancy services
  • 71314200 - Energy-management services
  • 50411100 - Repair and maintenance services of water meters
  • 65100000 - Water distribution and related services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 65130000 - Operation of water supplies
  • 71631430 - Leak-testing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Supply of Metered and Unmetered Water, Metered and Unmetered Wastewater, Trade Effluent Services and Ancillary Services

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.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 1x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Energy Management Solutions

Lot No

4

two.2.2) Additional CPV code(s)

  • 42124310 - Parts of air pumps
  • 31174000 - Power supply transformers
  • 31156000 - Interruptible power supplies
  • 31681200 - Electric pumps
  • 42511110 - Heat pumps
  • 31518200 - Emergency lighting equipment
  • 31682510 - Emergency power systems
  • 09332000 - Solar installation
  • 72212421 - Facilities management software development services
  • 42122130 - Water pumps
  • 42122460 - Air pumps
  • 44622000 - Heat-recovery systems
  • 30234000 - Storage media
  • 09331100 - Solar collectors for heat production
  • 45261215 - Solar panel roof-covering work
  • 44622100 - Heat-recovery equipment
  • 31154000 - Uninterruptible power supplies
  • 51112000 - Installation services of electricity distribution and control equipment
  • 30232700 - Central controlling unit
  • 09331000 - Solar panels
  • 31527260 - Lighting systems
  • 71314100 - Electrical services
  • 50232000 - Maintenance services of public-lighting installations and traffic lights
  • 31121300 - Wind-energy generators
  • 45251160 - Wind-power installation works
  • 50111110 - Vehicle-fleet-support services
  • 71315210 - Building services consultancy services
  • 31422000 - Battery packs
  • 31121320 - Wind turbines
  • 09330000 - Solar energy
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 50232110 - Commissioning of public lighting installations
  • 42511100 - Heat-exchange units
  • 31682530 - Emergency power supplies
  • 42530000 - Parts of refrigerating and freezing equipment and heat pumps
  • 79411000 - General management consultancy services
  • 31321000 - Electricity power lines
  • 71314200 - Energy-management services
  • 09331200 - Solar photovoltaic modules
  • 31121110 - Power converters
  • 43134100 - Submersible pumps
  • 31121330 - Wind turbine generators
  • 31320000 - Power distribution cables
  • 31158100 - Battery chargers
  • 31200000 - Electricity distribution and control apparatus
  • 48421000 - Facilities management software package
  • 71314000 - Energy and related services
  • 31221100 - Power relays
  • 42122000 - Pumps
  • 42533000 - Parts of heat pumps
  • 71314300 - Energy-efficiency consultancy services
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.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

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £60,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.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 1x12 month(s)

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 33

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 March 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

4 March 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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:

https://suppliers.multiquote.com

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.

six.4) Procedures for review

six.4.1) Review body

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

six.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.

six.4.4) Service from which information about the review procedure may be obtained

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

philip.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom