Section one: Contracting authority
one.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
LEICESTER
LE19 1ES
Contact
Energy Procurement Team
Country
United Kingdom
Region code
UKF22 - Leicestershire CC and Rutland
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.eastmidstenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.eastmidstenders.org/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local Authority Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
343_24 Energy Performance of Buildings Services
Reference number
343_24
two.1.2) Main CPV code
- 71314000 - Energy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
ESPO framework agreement for the provision of Energy Performance Certificates (EPC), Display Energy Certificates (DEC), TM44 air-conditioning testing and any other energy related audit, assessment, survey and certification services, to meet the requirements of the Energy Performance of Buildings (2012) Regulations (EPB 2012) (as amended).
To tender:
(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '343_24' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest ; (e) Download the tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).
two.1.5) Estimated total value
Value excluding VAT: £2,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 - Provision of Domestic EPC
Lot No
1
two.2.2) Additional CPV code(s)
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
Main site or place of performance
National framework for use by all contracting authorities in England and Wales.
two.2.4) Description of the procurement
Provision of Energy Performance Certificates (EPC) for a wide range of domestic properties owned by public sector organisations.
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
21 July 2024
End date
20 July 2026
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
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 2 - Provision of Commercial EPC
Lot No
2
two.2.2) Additional CPV code(s)
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
Main site or place of performance
National framework for use by all contracting authorities in England and Wales.
two.2.4) Description of the procurement
Provision of Energy Performance Certificates (EPC) for a wide range of commercial properties owned by public sector organisations.
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
21 July 2024
End date
20 July 2026
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
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 3 - Provision of DEC
Lot No
3
two.2.2) Additional CPV code(s)
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
Main site or place of performance
National framework for use by all contracting authorities in England and Wales.
two.2.4) Description of the procurement
Provision of Display Energy Certificates (DEC) for a wide range of commercial properties owned by public sector organisations.
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
21 July 2024
End date
20 June 2026
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
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
two.2) Description
two.2.1) Title
Lot 4 - Other Energy Related Surveys (incl. TM44 Air-Conditioning Inspections)
Lot No
4
two.2.2) Additional CPV code(s)
- 71314200 - Energy-management services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
- UKL - Wales
Main site or place of performance
National framework for use by all contracting authorities in England and Wales.
two.2.4) Description of the procurement
Provision of any energy related audit, survey, inspection, or assessment, including TM44 air conditioning inspection 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: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
21 July 2024
End date
20 July 2026
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
The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5 includes the option period.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Staff providing services must be qualified and accredited Energy Assessors.
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Service Providers will be monitored throughout the life of the contract by reference to a Credit Referencing Agency.
Service Providers will be monitored throughout the life of the contract against a set of agreed KPIs.
Contract management processes will be in place throughout the life of the contract to ensure contract performance.
Service Providers to provide management information on a six-monthly basis.
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
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
27 March 2024
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
27 March 2024
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.
Please note though that the scope of this framework does not include delivery to Scotland or Northern Ireland.
ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.
An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
LONDON
WC2A 2LL
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be 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.