Awarded contract

Utility Supply and Energy Management Services Framework

  • University of Essex
  • Dukefield Energy Limited
  • Public Sector

F03: Contract award notice

Notice reference: 2023/S 000-007913

Published 17 March 2023, 5:03pm



Section one: Contracting authority

one.1) Name and addresses

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

nick.gauntlett@dukefieldenergy.co.uk

Telephone

+44 1204374076

Fax

+44 7513480033

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

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

Wivenhoe Park

Colchester

CO4 3SQ

Email

nick.gauntlett@dukefieldenergy.co.uk

Telephone

+44 7966040564

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.2) Information about joint procurement

The contract involves joint procurement

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 Services Framework

Reference number

CA11102 - ESSEX/DE/ENERGY/02A

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 Services needs of 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 seven Lots. There will be a maximum of 6 suppliers awarded a place on each of the Lots

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £660,000,000

two.2) Description

two.2.1) Title

Electricity Supply and Additional Services

Lot No

1

two.2.2) Additional CPV code(s)

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25.00%

Price - Weighting: 75.00%

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

Natural Gas Supply

Lot No

2

two.2.2) Additional CPV code(s)

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

Quality criterion - Name: Quality / Weighting: 25.00%

Price - Weighting: 75.00%

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)

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

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

Quality criterion - Name: Quality / Weighting: 25.00%

Price - Weighting: 75.00%

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 Efficiency Solutions

Lot No

4

two.2.2) Additional CPV code(s)

  • 31682510 - Emergency power systems
  • 50232000 - Maintenance services of public-lighting installations and traffic lights
  • 31154000 - Uninterruptible power supplies
  • 31518200 - Emergency lighting equipment
  • 50232110 - Commissioning of public lighting installations
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31527260 - Lighting systems
  • 31682530 - Emergency power supplies
  • 31320000 - Power distribution cables
  • 31321000 - Electricity power lines
  • 31174000 - Power supply transformers
  • 31156000 - Interruptible power supplies
  • 30232700 - Central controlling unit

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 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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25.00%

Price - Weighting: 75.00%

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

On-Site Generation - Solar Photovoltaics

Lot No

5

two.2.2) Additional CPV code(s)

  • 09331100 - Solar collectors for heat production
  • 71314300 - Energy-efficiency consultancy services
  • 09332000 - Solar installation
  • 09330000 - Solar energy
  • 31422000 - Battery packs
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 45261215 - Solar panel roof-covering work
  • 09331200 - Solar photovoltaic modules
  • 30234000 - Storage media
  • 09331000 - Solar panels
  • 31158100 - Battery chargers

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 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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25.00%

Price - Weighting: 75.00%

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

On-Site Generation Heat Pumps

Lot No

6

two.2.2) Additional CPV code(s)

  • 44622000 - Heat-recovery systems
  • 42533000 - Parts of heat pumps
  • 42122460 - Air pumps
  • 44622100 - Heat-recovery equipment
  • 42530000 - Parts of refrigerating and freezing equipment and heat pumps
  • 71315210 - Building services consultancy services
  • 51112000 - Installation services of electricity distribution and control equipment
  • 71314000 - Energy and related services
  • 31200000 - Electricity distribution and control apparatus
  • 31681200 - Electric pumps
  • 71314100 - Electrical services
  • 43134100 - Submersible pumps
  • 42122130 - Water pumps
  • 72212421 - Facilities management software development services
  • 42124310 - Parts of air pumps
  • 42511100 - Heat-exchange units
  • 42122000 - Pumps
  • 48421000 - Facilities management software package
  • 42511110 - Heat pumps
  • 65300000 - Electricity distribution and related services
  • 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

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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25.00%

Price - Weighting: 75.00%

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 Metering Services and Building Energy Management Software

Lot No

7

two.2.2) Additional CPV code(s)

  • 38421100 - Water meters
  • 72212421 - Facilities management software development services
  • 48420000 - Facilities management software package and software package suite
  • 51112000 - Installation services of electricity distribution and control equipment
  • 48482000 - Business intelligence software package
  • 38550000 - Meters
  • 38554000 - Electricity meters
  • 71314200 - Energy-management services
  • 50411200 - Repair and maintenance services of gas meters
  • 71314100 - Electrical services
  • 48517000 - IT software package
  • 38410000 - Metering instruments
  • 48422000 - Software package suites
  • 65500000 - Meter reading service

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 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

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25.00%

Price - Weighting: 75.00%

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 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

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-027962


Section five. Award of contract

Contract No

CA11102

Lot No

1

Title

Electricity Supply and Additional Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2023

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Drax Energy Solutions Limited

The Havens, Ransomes Europark

Ipswich

IP3 9SJ

Email

sales.support-ic@drax.com

Telephone

+44 1473725943

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://energy.drax.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

TotalEnergies Gas & Power

Redhill

RH1 1RX

Email

sean.handley@totalenergies.com

Telephone

+44 7468758894

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.totalenergies.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

SSE Energy Supply Limited

No.1 Forbury Place, 43 Forbury Road

Reading

RG1 3JH

Email

energy.solutions@sse.com

Telephone

+44 1313355270

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.southern-electric.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £320,000,000


Section five. Award of contract

Contract No

CA11102

Lot No

2

Title

Natural Gas Supply

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2023

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

SSE Energy Supply Limited

No.1 Forbury Place, 43 Forbury Road

Reading

RG1 3JH

Email

energy.solutions@sse.com

Telephone

+44 1313355270

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.southern-electric.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

TotalEnergies Gas & Power

Redhill

RH1 1RX

Email

sean.handley@totalenergies.com

Telephone

+44 7468758894

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.totalenergies.com

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £200,000,000


Section five. Award of contract

Contract No

CA11102

Lot No

3

Title

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

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2023

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Water Plus Ltd

South Court, Riverside Park

STOKE ON TRENT

ST4 4DA

Email

bids@water-plus.co.uk

Telephone

+44 3450726072

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.water-plus.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

CASTLE WATER LIMITED

BLAIRGOWRIE

PH10 7JB

Email

switch@castlewater.co.uk

Telephone

+44 1250718700

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.castlewater.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £80,000,000


Section five. Award of contract

Contract No

CA11102

Lot No

4

Title

Energy Efficiency Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2023

five.2.2) Information about tenders

Number of tenders received: 7

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

EENERGY GROUP PLC

Salisbury House, London Wall

London

EC2M

Email

ian.humphries@eenergy.com

Telephone

+44 7483457491

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.alexandermining.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

Procure Direct Ltd

Procure Direct, Unit 2 Crofton Drive, Allenby Estate

Lincoln

LN3 4NR

Email

spencer@procuredirect.co.uk

Telephone

+44 7739136904

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.procuredirect.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Solarcrown Commercial Ltd

Unit 2 Sandwash Business Park, Sandwash Close

Rainford

WA11 8LY

Email

customerservices@solarcrowncommercial.com

Telephone

+44 3333232745

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.solarcrowncommercial.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

CORENERGY LIMITED

Parkway Two, Parkway Business Park

MANCHESTER

M14 7LU

Email

info@cor-energy.co.uk

Telephone

+44 1616949949

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.cor-energy.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section five. Award of contract

Contract No

CA11102

Lot No

5

Title

On-Site Generation - Solar Photovoltaics

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2023

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

CORENERGY LIMITED

Parkway Two, Parkway Business Park

MANCHESTER

M14 7LU

Email

info@cor-energy.co.uk

Telephone

+44 1616949949

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.cor-energy.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Solarcrown Commercial Ltd

Unit 2 Sandwash Business Park, Sandwash Close

Rainford

WA11 8LY

Email

customerservices@solarcrowncommercial.com

Telephone

+44 3333232745

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.solarcrowncommercial.com

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section five. Award of contract

Contract No

CA11102

Lot No

6

Title

On-Site Generation Heat Pumps

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2023

five.2.2) Information about tenders

Number of tenders received: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

JKN RENEWABLES LTD.

Office Suite 4, The Gables Business Park

DONCASTER

DN9 1JL

Email

enquiries@jknrenewables.co.uk

Telephone

+44 8000855559

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.jknrenewables.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

CORENERGY LIMITED

Parkway Two, Parkway Business Park

MANCHESTER

M14 7LU

Email

info@cor-energy.co.uk

Telephone

+44 1616949949

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.cor-energy.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section five. Award of contract

Contract No

CA11102

Lot No

7

Title

Supply of Metering Services and Building Energy Management Software

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

15 February 2023

five.2.2) Information about tenders

Number of tenders received: 4

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

INTELLIGENT BUILDING GROUP LTD

Brooke Ct , Lower Meadow Rd

Wilmslow

SK9 3ND

Email

info@ibg-uk.com

Telephone

+44 1617130346

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.eticom.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £15,000,000


Section six. Complementary information

six.3) Additional information

The University of Essex's Internal Reference Number is ESSEX/DE/ENERGY/02A. 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:

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 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.

The figure in section II.2.5 is incorrect and the correct figures should be:

Lot 3 Quality 50%, Price 50%

Lot 4 Quality 70%, Price 30%

Lot 5 Quality 70%, Price 30%

Lot 6 Quality 100%, Price 0%

Lot 7 Quality 70%, Price 30%

six.4) Procedures for review

six.4.1) Review body

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

phil.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

Internet address

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

six.4.2) Body responsible for mediation procedures

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

Email

phil.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

Internet address

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

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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

phil.sweeting@essex.ac.uk

Telephone

+44 1206872954

Country

United Kingdom

Internet address

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