Opportunity

Go Neutral Smart Energy Framework

  • Greater Manchester Combined Authority

F02: Contract notice

Notice reference: 2021/S 000-027196

Published 29 October 2021, 1:53pm



Section one: Contracting authority

one.1) Name and addresses

Greater Manchester Combined Authority

Greater Manchester Fire and Rescue Service Headquarters, 146 Bolton Road, Swinton

Salford

M27 8US

Contact

Mr Adeolu Gidado

Email

adeolu.gidado@manchesterfire.gov.uk

Telephone

+44 7580698637

Country

United Kingdom

NUTS code

UKD - North West (England)

Internet address(es)

Main address

http://www.manchesterfire.gov.uk/

Buyer's address

http://www.manchesterfire.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.the-chest.org.uk/

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/Opportunities/Index?p=e0cc5631-4690-e511-80fb-000c29c9ba21&v=1

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Go Neutral Smart Energy Framework

Reference number

DN562301

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The GMCA is working to establish a national call-off framework to be available for use by public sector organisations wishing to achieve carbon reduction and other benefits through implementing smart energy technologies on public sector owned assets (buildings, car parks and land).

The call-off framework will comprise five lots in total. Lots 1 – 4 are each defined by a specific smart energy solution that a public sector organisation (herein referred to as the Contracting Authority) might want to deploy on a single asset or portfolio of multiple assets. Lot 5 is for integrated smart energy solutions, which will cover a range of smart energy technologies.

1. Building integrated solar PV with battery storage

2. Solar car ports with battery storage

3. Building integrated battery storage

4. Ground mounted solar PV and battery storage (grid connected and private wire)

5. Integrated smart energy system

Lot 5 is for a Contracting Authority that wants to deploy an integrated smart energy system across a portfolio of multiple assets. The integrated smart energy system might include a mix of technologies including those that are featured in lots 1-4 plus any other technologies that are suggested by Suppliers at the mini competition stage and which the Contracting Authority agrees to be appropriate its portfolio of tendered assets. These ‘other’ technologies might for example include but are not limited to ultra-rapid electric vehicle charging hubs/ forecourts, standalone (grid-connected) battery storage, wind turbines, and hydro-electric plants, platform (software/ hardware) for aggregating generation/ demand and interacting with a potential future local energy market.

Suppliers may bid for (and be appointed to) any number and combination of lots 1–5 on the call off framework. Multiple suppliers will be awarded to each Lot up to the maximum numbers outlined below:

Lot 1 – 8 suppliers

Lot 2 – 5 suppliers

Lot 3 – 5 suppliers

Lot 4 – 5 suppliers

Lot 5 – 5 suppliers

Suppliers may also form consortia to bid for a place on the framework. All consortia must nominate a lead applicant who (if successful) will take the place on the framework and will contract with a Contracting Authority on behalf of the consortium.

All call off contracts will be awarded via future mini competitions that will be run by the Contracting Authorities. The framework will provide sufficient flexibility to accommodate the range in needs and requirements of the Contracting Authorities in terms of technical solutions, portfolio scale, investment options and delivery models.

two.1.5) Estimated total value

Value excluding VAT: £300,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 5

two.2) Description

two.2.1) Title

Lot No

1

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Building integrated solar PV with battery storage

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

1x 12 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

ERDF

two.2) Description

two.2.1) Title

Lot No

2

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Solar car ports with battery storage

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

1 X 12 Months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

ERDF

two.2) Description

two.2.1) Title

Lot No

3

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Building integrated battery storage

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

1 X 12 Months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

ERDF

two.2) Description

two.2.1) Title

Lot No

4

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Ground mounted solar PV and battery storage (grid connected and private wire)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

1X 12 Months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

ERDF

two.2) Description

two.2.1) Title

Lot No

5

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Integrated smart energy system

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

1 X 12 Months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

ERDF


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: 28

In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

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: 2021/S 000-019706

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 November 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

29 November 2021

Local time

12:15pm


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

Greater Manchester Combined Authority

GMCA, Tootal Buildings, 56 Oxford Street, Manchester

Manchester

M1 6EU

Country

United Kingdom

Internet address

https://www.greatermanchester-ca.gov.uk/contact/

six.4.2) Body responsible for mediation procedures

Greater Manchester Combined Authority

Manchester

Country

United Kingdom

Internet address

https://www.greatermanchester-ca.gov.uk/contact/