Tender

Purchase of UK Allowances (UKA's) in accordance with the UK Emissions Trading Scheme

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2022/S 000-003287

Procurement identifier (OCID): ocds-h6vhtk-031372

Published 4 February 2022, 3:05pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

40 George Street, Procurement Department

Glasgow

G1 1QE

Contact

Lauren Leitch

Email

lauren.leitch@strath.ac.uk

Telephone

+44 1415484310

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

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

Purchase of UK Allowances (UKA's) in accordance with the UK Emissions Trading Scheme

Reference number

UOS-22170-2021

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The University requires the services of a service provider with a UK-ETS Registry Trading Account as specified in SCHEDULE 5A of The Greenhouse Gas Emissions Trading Scheme Order 2020.

two.1.5) Estimated total value

Value excluding VAT: £5,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services
  • 71314200 - Energy-management services
  • 79223000 - Custom broker services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

The University requires the services of a service provider with a UK-ETS Registry Trading Account as specified in SCHEDULE 5A of The Greenhouse Gas Emissions Trading Scheme Order 2020.

The services that the university wishes to engage the market in are:

- Purchases of allowances at auctions on behalf of the University.

- Incorporating a hedging strategy on behalf of the university to limit exposure to high prices of allowances.

- Holding and transfer of allowances from an authorised UK-ETS trading registry account to the University’s Operator Holding Account (OHA) on a quarterly basis.

- Providing market insights, intelligence and price forecasts at agreed intervals at no extra cost to the University.

- Running market orders.

- The University may request that the service provider hold allowances on behalf of the University.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £5,500,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The contract duration is 24-months, with the option to extend for up to an additional two 12-month periods. The Contracting Authority reserves the right to utilise the extension periods at its discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

In line with 72 - Modification of Contracts during their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.

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

List and brief description of selection criteria

1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover

2. SPD (Scotland) Question 4B.5: Insurance Requirements

Minimum level(s) of standards possibly required

1. SPD (Scotland) Question 4B.1.2: Average Yearly Turnover

The bidder will be required to have an average yearly turnover of a minimum of GBP 1,000,000 GBP for the last 2 years.

2. SPD (Scotland) Question 4B.5: Insurance Requirements

It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the types and levels of insurance indicated below;

SPD (Scotland) Question 4B.5.1a

Professional Risk Indemnity - maintain a minimum indemnity limit of GBP 1 million in respect of each claim, and without limit to the number of claims.

SPD (Scotland) Question 4B.5.1b

Employer's (Compulsory) Liability - maintain a minimum indemnity limit of GBP 10 million in respect of each claim, and without limit to the number of claims.

SPD (Scotland) Question 4B.5.2

Public Liability - maintain a minimum indemnity limit of GBP 5 million in respect of each claim, and without limit to the number of claims.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. SPD (Scotland) Question 4C.1.2: Services

2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes

3. SPD (Scotland) Question 4D.2: Environmental Management Standards

4. SPD (Scotland) Question 4C.10: Subcontracting

Minimum level(s) of standards possibly required

1. SPD (Scotland) Question 4C.1.2: Services

Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.

Bidders should use the template provided for them to answer the Technical and Professional ability question 4C.1.2 of their SPD (Scotland) response.

Bidders must use this template to answer question 4C.1.2 of their SPD response.

Bidders MUST upload the completed document next to question 4C.1.2, DO NOT UPLOAD THIS DOCUMENT INTO THE “GENERAL ATTACHMENTS” AREA.

The below scoring methodology will be applied to the question;

Excellent response - 4

The response is comprehensive, unambiguous and demonstrates a thorough understanding of the question.

Good response - 3

The response is sufficiently detailed to demonstrate a good understanding of the question.

Acceptable response - 2

The response addresses a broad understanding of the question but lacks detail.

Poor response - 1

The response addresses some elements of the question but contains insufficient/limited detail or explanation.

Unacceptable (Nil or Inadequate response) - 0

Fails to demonstrate an ability to meet the requirement.

Requirement/Question:

Bidders must provide 3 examples from the past 3 years that demonstrates that they can fulfil the requirements outlined under the relevant lot description (II.2.4) (Description of the Procurement) within the Contract Notice.

This question will be scored by a technical panel made up of representatives from the Contracting Authority. Once all scores are agreed, an average score will be applied collectively across all examples provided. Please note, the bidder must score a minimum of 2, as per the scoring methodology, for the above question, otherwise their offer may be deemed non-compliant and will not be considered further.

2. SPD (Scotland) Question 4D.1: Quality Assurance Schemes

Due to restrictions placed upon the character count by the advertising portal, bidders should refer to the full detail provided within the document "Appendix E - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS-Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set out.

3. SPD (Scotland) Question 4D.2: Environmental Management Standards

Due to restrictions placed upon the character count by the advertising portal, bidders should refer to the full detail provided within the document "Appendix E - Contract Notice Additional Information v1", which can be found in the "Appendices" folder, within the "Buyers Attachments" area within the relevant ITT on PCS- Tender (PCS-T). The bidder must meet the relevant minimum level(s) of standards set out.

4. SPD (Scotland) Question 4C.10: Subcontracting

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Contract, please see the tender documents (details of how to access these being set out in section 1.3) Communication, of this Contract Notice. The University of Strathclyde will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the Contract (no matter the legal form taken by those entities in order to enter into the Contract).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

7 March 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 March 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: If the University require this service following the end of this contract, it is anticipated a further notice would be published in this instance.

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

The University at it discretion reserve the right to review tenderers financial stability by reviewing:

- Credit Safe reports

- Three previous year accounts

Please note this is at the University’s sole discretion.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20652. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits details included within the procurement documents

(SC Ref:682054)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contract (Scotland) Regulations 2015 (SSI2015/446) as amended) may bring proceedings to the Sheriff Court or the Court of Session.