Section one: Contracting authority
one.1) Name and addresses
Countess of Chester Hospital NHS Foundation Trust
Liverpool Road
Chester
CH2 1UL
Country
United Kingdom
NUTS code
UKD6 - Cheshire
Internet address(es)
Main address
one.1) Name and addresses
A full list of eligible users is available at www.nhssourcing.co.uk
UK
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Framework Agreement for the Provision of Carbon and Energy Infrastructure Upgrade Services
Reference number
F/023/CEF/22/SM
two.1.2) Main CPV code
- 71314000 - Energy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
This opportunity seeks to establish a framework agreement for capable suppliers to provide low carbon energy efficient infrastructure services, improvements and upgrades to existing or new facilities in the public sector in the UK. These upgrades should offer client public bodies guaranteed resilience valued through reduced running costs, reduced energy consumption and reduced carbon emissions. Proposals should guarantee minimum levels of savings over the period of each contract let under the framework. This framework agreement will be available for use by the entire UK public sector. Please see the Invitation to Tender Document for further details.
Full access to some contract documents is contingent on the receipt by the Contracting Authority of a signed non-disclosure Agreement (refer to the ITT for details). Early application is recommended to allow time to meet the response deadline.
two.1.5) Estimated total value
Value excluding VAT: £100,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 09300000 - Electricity, heating, solar and nuclear energy
- 31527260 - Lighting systems
- 31682000 - Electricity supplies
- 45200000 - Works for complete or part construction and civil engineering work
- 45251000 - Construction works for power plants and heating plants
- 45300000 - Building installation work
- 45315300 - Electricity supply installations
- 50700000 - Repair and maintenance services of building installations
- 51100000 - Installation services of electrical and mechanical equipment
- 65400000 - Other sources of energy supplies and distribution
- 66000000 - Financial and insurance services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71314200 - Energy-management services
- 71314310 - Heating engineering services for buildings
- 71315000 - Building services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The site(s) of any contracting authorities as defined in regulation 2 (1) of the Public Contracts Regulations 2015 including all explanatory notes thereto.
two.2.4) Description of the procurement
The UK public sector is facing a period of intense financial pressure to reduce costs and yet achieve 2040 net zero targets. Authorities are looking towards outsourcing to help reduce their cost base and increase efficiency. Whilst other frameworks exist for energy infrastructure upgrades, the Carbon and Energy Fund model is designed to be best for complex schemes underwritten by guaranteed savings and performance utilising grant, public or private capital and revenue funding.
COCH, through its appointed service provider, CEF, seeks to introduce a new Framework with experienced suppliers who can provide energy and energy management facilities (generated electricity, steam, heating and chilling) and provide services (mainly operation, maintenance and life-cycling – for a full description please refer to the FTS contract notice) for public bodies in the UK under a standard performance contract that are or become members of the CEF.
This Framework seeks to build upon the success of previous and existing Frameworks which have been and are run (and will continue to be run) by CEF and which cover the whole of the public sector in the UK and the Republic of Ireland.
The proposed Framework is designed to work in parallel with any suitable Dynamic Purchasing System offering a wider range of technologies that can supplement Framework bids.
The Framework is structured insofar as this is possible to encourage smaller businesses to participate and as such the procurement process has been simplified to encourage greater participation. Forming this Framework will greatly reduce the ongoing administrative burden of repeating multiple procurement processes for the services described within this ITT. This framework will therefore support public procurement and private enterprise through its efficiency.
The Framework is structured insofar as it is possible to allow bidders to avoid technologies from repressive states or child labour.
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
72
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
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
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Closing a CEF contract can involve protracted approvals processes that can take 2 years to complete. The proposed framework agreement will accept projects for up to four years, and then remain open for a further 2 years to give all the projects time to work through final approvals and begin implementation.
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
1 June 2022
Local time
2:00pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 June 2022
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Eligible users of the proposed framework agreement will be any or all public sector facilities in England, Wales, Scotland or Northern Ireland from any or all parts of the public sector including Ministry of Defence, education and further education, local authorities, unitary councils, city councils, and any of the greater city boroughs. In totality, any contracting authorities as defined in regulation 2 (1) of the Public Contracts Regulations 2015 including all explanatory notes thereto that are or become members of the Carbon and Energy Fund. A full list of eligible users of the proposed framework agreement is available at www.nhssourcing.co.uk.
IMPORTANT NOTE: Bidders must return a signed non-disclosure agreement (contained within SCHEDULE H Non-Disclosure Agreement) to view the terms and conditions that will apply to any Call-Off awarded under the Framework. Bidders are advised to ensure that they return their signed non-disclosure agreement at the earliest opportunity via the NHS Sourcing Portal messaging function prior to submitting any bid. The Framework Manager accepts no liability for any Bidders’ failure to be aware of the terms and conditions that will apply to any Call-Off awarded under the proposed Framework due to non-return of a signed non-disclosure agreement.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom