Section one: Contracting authority
one.1) Name and addresses
ENERGY SYSTEMS CATAPULT LIMITED
7Th Floor, Cannon House,18 The Priory Queensway
BIRMINGHAM
B46BS
Contact
Jim Owen
procurement@es.catapult.org.uk
Telephone
+44 7967337541
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=1b116983-12d8-eb11-810c-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=1b116983-12d8-eb11-810c-005056b64545
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Unlocking Clean Energy in Greater Manchester
Reference number
ESC21188
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
Energy Systems Catapult (ESC) are looking for external suppliers to support the successful delivery of Unlocking Clean Energy in Greater Manchester (UCEGM). UCEGM is part funded by the European Regional Development Fund and will deliver approximately 10 Megawatts (MW) of additional clean energy capacity to supply local authority assets across Greater Manchester. It also aims to demonstrate innovative and scalable energy business models, allowing greater participation in the emerging Local Energy Market, reducing reliance on subsidy and enabling future investment in clean energy. The project commenced in summer 2020 and will run until the end of May 2023. UCEGM is led by ESC in partnership with five Greater Manchester local authorities - Manchester, Rochdale, Salford, Stockport, and Wigan. ESC have entered into a Grant Funding Agreement with the Ministry of Housing, Communities and Local Government (MHCLG) to deliver the project including certain contracted outputs in the form of kilowatt hours of renewable energy that will be produced and resultant tonnes of carbon dioxide that the project will save. For further information see: https://es.catapult.org.uk/impact/projects/ucegm/
two.1.5) Estimated total value
Value excluding VAT: £370,000
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: Commercial and Investment Advice
Lot No
1
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the Full description of the services required, please refer to Appendix 1 - Scope document
The activities within this piece of work will include:
• Summarise investment options to finance assets by public bodies
• Provide 1-2 case studies to demonstrate the investment option
• Analyse the suitability of the investment options
• Engage with the Project Team on the business model development process to understand how the options would interact with potential investment options
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
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 August 2021
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: No
two.2) Description
two.2.1) Title
Lot 2: Workstream 2 Procurement Support and Advice
Lot No
2
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the Full description of the services required, please refer to Appendix 1 - Scope document
The aims of this initial piece of work are:
• to get a baseline understanding for how energy is procured by partner LAs and other popular procurement methods
• to understand the needs of key stakeholders in the procurement process
• to identify potential barriers/issues to change or adopting new energy business models
Activities
• Audit of current energy procurement processes in partner LAs including process diagram
• Explore any other predominant energy procurement processes used by other non-partner LAs
• Audit of current energy contracts in place for partner LAs
• Engagement with LA procurement teams and Crown Commercial Service to understand needs and whether they experience issues with purchasing new energy products/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: £70,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 August 2021
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: No
two.2) Description
two.2.1) Title
Lot 3: Workstream 1 Procurement Support
Lot No
3
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the Full description of the services required, please refer to Appendix 1 - Scope document
Lot 3 is a call off contract which will be utilised on an ad-hoc basis to support our Local Authority partners procure the contracts required to deliver their capital schemes.
Tasks may include, but are not limited to:
• Support Local Authorities draft compliant procurement documentation
• Review draft documentation to ensure compliance
• Identify and/or audit potential frameworks to ensure compliance
• Ensure that suitable records are maintained to evidence compliance
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
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 August 2021
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: No
two.2) Description
two.2.1) Title
Lot 4: Summative assessment
Lot No
4
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
For the Full description of the services required, please refer to Appendix 1 - Scope document
As part of the contractual requirements of ERDF funding, UCEGM is required to procure an external supplier to conduct an impact evaluation of the programme, known as a "Summative Assessment". We wish to identify a suitably experienced organisation to undertake this summative assessment.
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
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 August 2021
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: 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.1.8) 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 August 2021
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 August 2021
Local time
1:30pm
Place
Due to current COVID Restrictions and current working practices, it is not possible to hold a tender opening, therefore a meeting held on Microsoft Teams will be conducted where a nominated individual will Open the tenders and another nominated individual will note the responses received accordingly
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
In the first instance, all appeals should be promptly brought to the attention of the contact specified in Section I above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015. Any appeals must be brought within the timescales specified by the applicable law, including without limitation, the Public Contracts Regulations 2015. In accordance with the Public Contracts Regulations 2015, the contracting authority will also incorporate a minimum 10 calendar day standstill period from the date information on award of contract is communicated to tenderers.
As the UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions, any challenges will be dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the Public Contracts Regulations 2015.