Tender

Unlocking Clean Energy in Greater Manchester

  • ENERGY SYSTEMS CATAPULT LIMITED

F02: Contract notice

Notice identifier: 2021/S 000-014835

Procurement identifier (OCID): ocds-h6vhtk-02c166

Published 29 June 2021, 2:38pm



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

Email

procurement@es.catapult.org.uk

Telephone

+44 7967337541

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://es.catapult.org.uk/

Buyer's address

https://es.catapult.org.uk/

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.