Contract

National Framework Agreement for the Provision of Carbon and Energy Infrastructure Upgrade Services

  • Countess of Chester Hospital NHS Foundation Trust
  • A full list of eligible users is available at http://coch-cps.co.uk/our-services/our-frameworks/

F03: Contract award notice

Notice identifier: 2022/S 000-026889

Procurement identifier (OCID): ocds-h6vhtk-036b80

Published 26 September 2022, 2:41pm



Section one: Contracting authority

one.1) Name and addresses

Countess of Chester Hospital NHS Foundation Trust

Liverpool Road

Chester

CH2 1UL

Email

info@coch-cps.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.nhssourcing.co.uk

one.1) Name and addresses

A full list of eligible users is available at http://coch-cps.co.uk/our-services/our-frameworks/

UK

Email

info@coch-cps.co.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.nhssourcing.co.uk

one.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

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

The Awarding Authority has established 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 http://coch-cps.co.uk/our-services/ for a register of eligible users.

two.1.6) Information about lots

This contract is divided into lots: No

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

Value excluding VAT: £100,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Countess of Chester Hospital NHS Foundation Trust (COCH) and its partner the Carbon and Energy Fund Ltd has established a framework of capable contractors to provide carbon and energy resilience and service improvements to the public sector in the UK. In some cases, this will involve the installation and management of new or upgraded infrastructure, and in others a guaranteed upgrade in services and resilience provided as the contractor feels appropriate. See www.carbonandenergyfund.net for information of how the previous asset based framework has worked in the UK.

Framework bidders will be invited to offer contracting authorities service improvements that include the delivery of guaranteed resilience and efficiency valued in terms of reduced running costs, reduced energy consumption and reduced carbon emissions plus the management of those services. The guarantee refers to the bidder taking all the risks and costs relating to the provision of all services including any relevant design, procurement, commissioning, operation, life cycling and continued guaranteed performance of the installation using the bidders staff, contractors, or in some circumstances those of the Contracting Authority as may be agreed in the contract.

Service or Infrastructure improvements or upgrades may include but not be limited to combined heat and power, boilers (steam LTHW or MTHW), district heating or cooling, heat recovery, chilling, heat pumps, fuel cells, chillers, air handling, controls, solar PV, battery or energy storage, lighting, insulation (roof, pipes, building, cladding or related), glazing, water savings, water abstraction, effluent treatment, waste to energy, pyrolysis, clinical waste destruction or conversion, processing or removal, biomass, biofuel, biogas, grid reinforcement, capacity market, STOR, electrical (HV, MV and LV) improvements (demand reduction, re-profiling, generation, aggregation, co-generation, tri-generation, wind generation, standby generation), private wire, virtual power station, load or power management, gas supplies (natural, anaerobic digestion or biogas, on or attached to the national grid or not) technology to change or improve maintenance or life cycling arrangements, medical or paramedical, records systems, building management, BMS, maintenance management, preventative maintenance, soft facilities management, electric or hybrid vehicles, vehicle charging, vehicle maintenance, medical equipment charging or improvements, transfer of staff, subcontracts or subcontractors and any related technologies or services that are relevant.

In many cases the selected supplier may be expected to take over existing energy facilities building/ boiler house or plant rooms relevant to the project, sometimes under license and sometimes under a simple lease, for the operational period of the contract. In some cases the contract may include the construction or modification of existing buildings or structures associated with the delivery of services.

Details of the site, service requirements, and the existing facilities will be set out in the memorandum of information for each project, and bidders will be encouraged to attend the site to fully investigate the existing plant plus cost and plan their bids. Bids may be supported by variant bids going beyond any core proposal included in the project documentation, to cover additional operation and maintenance of existing plant, facilities management services and equipment as makes sense.

For each project bidders are encouraged to produce the best bid they can using all the available resources or skills they may possess. It is normal that all bids are in many ways unique and the CEF evaluation methodology will include the way to fairly evaluate different bids and variants.

two.2.5) Award criteria

Quality criterion - Name: Project Management Approach / Weighting: 6.75

Quality criterion - Name: Financial Response / Weighting: 4.5

Quality criterion - Name: Approach to Design and Construction / Weighting: 15.75

Quality criterion - Name: Approach to Service Delivery / Weighting: 11.25

Quality criterion - Name: Project Programme and Timescales / Weighting: 6.75

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: NPV Multiplier / Weighting: 45

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 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 022-041355


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

Alternative Heat Ltd

Banbridge

BT32 3QD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

Asset Plus Energy Performance Limited

Waterlooville

PO7 7YH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

CBRE Managed Services Limited

London

SE1 0HL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

Cenergist Limited

Washington

NE37 2SH

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

Centrica Business Solutions UK Ltd

Windsor

SL4 5GD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

E.ON UK Heat Ltd

Coventry

CV4 8LG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

F P Hurley and Sons Ltd

Bridgend

CF31 3UT

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

ISG Retail Ltd

London

EC3N 1AG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

Mitie Technical Facilities Management Limited

London

SE1 9SG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

Pinnacle Power Limited

London

WC1V 6PL

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

Siemens plc

Farnborough

GU14 7BF

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

Veolia Energy & Utility Services Ltd

London

N1 9JY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

17 August 2022

five.2.2) Information about tenders

Number of tenders received: 14

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

five.2.3) Name and address of the contractor

Vital Energi Utilities Ltd

Blackburn

BB1 2LD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

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

Total value of the contract/lot: £1

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

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

Carbon and Energy Fund Ltd

Blackburn

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Countess of Chester Hospital NHS Foundation Trust incorporated a standstill period at the point information on the award of the contract was communicated to tenderers. That notification provided full information on the award decision. The standstill period, which was for 10 calendar days, provided time for unsuccessful tenderers to challenge the award decision before the framework agreements were concluded.

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

Royal Courts of Justice

London

Country

United Kingdom