Opportunity

Fidelity Energy - Dynamic Purchasing Energy Framework

  • Fidelity Energy

F05: Contract notice – utilities

Notice reference: 2021/S 000-010615

Published 14 May 2021, 8:55am



Section one: Contracting entity

one.1) Name and addresses

Fidelity Energy

4 The Pentangle, Park Street

Newbury

RG14 1EA

Email

partners@fidelity-energy.co.uk

Telephone

+44 8000484800

Country

United Kingdom

NUTS code

UKJ11 - Berkshire

Internet address(es)

Main address

www.fidelity-energy.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42964

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.mytenders.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://www.mytenders.co.uk/

one.6) Main activity

Other activity

Electricity, Gas, Water and Consultancy services relating to energy management


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fidelity Energy - Dynamic Purchasing Energy Framework

Reference number

FIDUTL001

two.1.2) Main CPV code

  • 71314200 - Energy-management services

two.1.3) Type of contract

Services

two.1.4) Short description

This tender process is being conducted as a : Restricted two-stage process as part of a Dynamic Purchasing System procurement, subject to the Utilities Contract Regulations 2016.

Fidelity Energy is committed to servicing its public sector customers. As a result we have constructed this DPS to provide your company a good opportunity to secure reliable and effective public sector contracts on a regular basis. Fidelity Energy will give specific and regular feedback for each and every mini-competition with regular strategic supplier reviews. Fidelity currently deliver, professional account management, bill validation, honest and fair procurement and customer support giving you and your organisation the confidence that you will be dealing with a company that prides itself on excellent service. We offer a consistent approach to energy procurement, invoice validation, contract procurement and energy management.

With the contracts your company may win, Fidelity will assist the supplier to achieve excellent cash- flow, control debt management and overall, the opportunity to differentiate itself in the public sector energy markets.

Please note: This is issued as a restricted procedure under the regulation 52 of the Utilities Contracts Regulations 2016.

two.1.5) Estimated total value

Value excluding VAT: £195,193,297.60

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

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Yes.

Tenderers can apply to join throughout the lifetime of the dynamic purchasing system at any time (Stage 1).

Contracts at Stage 2 may be issued for any individual lot or combination of lots following a mini-competition to all suppliers on the lot.

two.2) Description

two.2.1) Title

Engagement Stream (Lot) 1: Electricity and Gas Contracts

Lot No

1

two.2.2) Additional CPV code(s)

  • 71314200 - Energy-management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Fidelity Energy is changing the way businesses procure their energy. We not only provide procurement services, but all the other services you would expect from one of the UK’s leading utilities and energy consultants. We help our customers get the best value from their energy contracts, reducing their energy consumption, minimising their carbon footprint and ensuring that their bills are right. Thousands of businesses of all sizes from all over the UK rely on us for their energy needs, whether that be one site or multi-sites across the UK. We remove the stress of dealing with the energy contracts by contacting your existing and new supplier, as well as managing the process throughout, from start to finish.

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: £139,423,784

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

Renewals may be offered for 1 year.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) Additional information

This framework is open for all public sector authorities in the United Kingdom to use; this includes utilities sector, education sector, local government, central government, and any other associated body. A full list can be provided on request.

two.2) Description

two.2.1) Title

Engagement Stream (Lot) 2: Water Contracts

Lot No

2

two.2.2) Additional CPV code(s)

  • 71314200 - Energy-management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

In addition to Electricity and Gas (Lot 1), under this Lot 2 we are also seeking to provide the same services as outlined in the section above for the Water industry and sector, to Fidelity Energy customers, operating in the same manner and using the same process contained in this specification.

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: £27,884,756.80

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

Optional extension of 1 year

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) Additional information

This framework is open for all public sector authorities in the United Kingdom to use; this includes utilities sector, education sector, local government, central government, and any other associated body. A full list can be provided on request.

two.2) Description

two.2.1) Title

Engagement Stream (Lot) 3: Carbon Reduction Consultancy

Lot No

3

two.2.2) Additional CPV code(s)

  • 71314300 - Energy-efficiency consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

As outlined above, we provide Consultancy services to our Clients in a number of areas. In particular, we provide services based around the following and accordingly require Suppliers also capable of operating in the following areas:

1 Compliance and Legislation

2 Commercial Energy Audits and Assessment

3 Certifications and Authoring Review

4 Training (Corporate)

5 Carbon Reporting

6 Training/Lessons (e.g. in Schools, subject to Safeguarding requirements of the Client)

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: £16,730,854.08

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

Optional extension of 1 year

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) Additional information

This framework is open for all public sector authorities in the United Kingdom to use; this includes utilities sector, education sector, local government, central government, and any other associated body. A full list can be provided on request.

two.2) Description

two.2.1) Title

Engagement Stream 4 - Supporting Products and Goods

Lot No

4

two.2.2) Additional CPV code(s)

  • 39162000 - Educational equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Suppliers under this engagement stream will be asked or capable of providing support to various Clients, but typically schools and educational establishments, around energy supply.

This may take the form of educational tools and materials, and demonstrator equipment.

Suppliers can make and provide their own propositions for the goods provided, but should outline to us what these are. Types of materials may change over time as development continues, but must be updated to and informed and agreed with Fidelity Energy at the point of Call-Off.

The Supplier shall conform with all Client restrictions and policies if visiting a Client location, including health and safety and security policies, and Safeguarding policies.

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: £11,153,902.72

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

Optional extension of 1 year

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.2.14) Additional information

This framework is open for all public sector authorities in the United Kingdom to use; this includes utilities sector, education sector, local government, central government, and any other associated body. A full list can be provided on request.


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

Suitability questions are contained within the Application documentation, Appendix 1 and Appendix 2.

Appendix 3 and Appendix 4 are voluntary for submission.

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

In line with the Crown Commercial Service dictated PPN relating to Suitability Questionnaires.

three.1.6) Deposits and guarantees required

None

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

None

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Any legal form will be accepted

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contained within the documentation, service levels, under a specific schedule.


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: 999

In the case of framework agreements, provide justification for any duration exceeding 8 years:

Note: There is no limit to the number of applicants accepted; this is a dynamic purchasing system, and suppliers can register to apply and leave at will for stage 1 applications.Stage 2 Mini-Competitions are optional for listed applicants to apply for, and may cover one lot or several lots.

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

11 June 2021

Local time

5:00pm

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

Tender must be valid until: 30 September 2021

four.2.7) Conditions for opening of tenders

Date

11 June 2021

Local time

5:00pm

Place

Electronic

Information about authorised persons and opening procedure

Roger Ruffles, Catseye Commercial Ltd, will review following the opening procedure.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: May 2025 to May 2026

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

This framework is open for all public sector authorities in the United Kingdom to use; this includes utilities sector, education sector, local government, central government, and any other associated body. A full list can be provided on request.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222250.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:222250)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Fax

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

CEDR

70 Fleet Street

London

EC4Y 1EU

Email

info@cedr.com

Telephone

+44 02075366000

Fax

+44 02075366000

Country

United Kingdom

Internet address

https://www.cedr.com/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Apply to Fidelity Energy or CEDR for information

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

CEDR

70 Fleet Street

London

EC4Y 1EU

Email

info@cedr.com

Telephone

+44 02075366000

Fax

+44 02075366000

Country

United Kingdom

Internet address

https://www.cedr.com/