Section one: Contracting authority
one.1) Name and addresses
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
nick.gauntlett@dukefieldenergy.co.uk
Telephone
+44 1204374076
Fax
+44 7513480033
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Dukefield Energy Limited
New Road
Bolton
BL1 4RA
Telephone
+44 7966040564
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
https://suppliers.multiquote.com
Buyer's address
https://suppliers.multiquote.com
one.1) Name and addresses
Public Sector
Wivenhoe Park
Colchester
CO4 3SQ
nick.gauntlett@dukefieldenergy.co.uk
Telephone
+44 7966040564
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://suppliers.multiquote.com
Additional information can be obtained from another address:
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
nick.gauntlett@dukefieldenergy.co.uk
Telephone
+44 1204374076
Fax
+44 7513480033
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
https://suppliers.multiquote.com
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Utility Supply and Energy Management Services Framework
Reference number
CA11102 - ESSEX/DE/ENERGY/02A
two.1.2) Main CPV code
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Contracting Authority wishes to establish a Framework Agreement to meet the Utility Supply and Energy Management Services needs of the University of Essex, https://www.essex.ac.uk/ and It is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at:
https://www.dukefieldenergy.co.uk/fts-eligible-users
There will be let across seven Lots. There will be a maximum of 6 suppliers awarded a place on each of the Lots
two.1.5) Estimated total value
Value excluding VAT: £660,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
7
Maximum number of lots that may be awarded to one tenderer: 7
two.2) Description
two.2.1) Title
Electricity Supply and Additional Services
Lot No
1
two.2.2) Additional CPV code(s)
- 38554000 - Electricity meters
- 09310000 - Electricity
- 09300000 - Electricity, heating, solar and nuclear energy
- 71314300 - Energy-efficiency consultancy services
- 71314000 - Energy and related services
- 31682000 - Electricity supplies
- 50411300 - Repair and maintenance services of electricity meters
- 71314200 - Energy-management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The Lot will provide organisations across the entire public sector with access to electricity supply and additional services including Fixed, Passthrough and Flexible, Metered and UMS electricity supplies - Unmetered, Half Hourly and Non-Half Hourly electricity. The Lot will also provide access to additional related 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: £320,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Natural Gas Supply
Lot No
2
two.2.2) Additional CPV code(s)
- 71314200 - Energy-management services
- 50411200 - Repair and maintenance services of gas meters
- 71314300 - Energy-efficiency consultancy services
- 45333200 - Gas meter installation work
- 09123000 - Natural gas
- 38550000 - Meters
- 71314000 - Energy and related services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This framework Lot will provide organisations across the entire public sector with Natural Gas Supply including Non-Daily Metered and Daily Metered. The Lot will also provide access to a suite of Additional 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: £200,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Supply of Metered and Unmetered Water, Metered and Unmetered Wastewater, Trade Effluent Services and Ancillary Services
Lot No
3
two.2.2) Additional CPV code(s)
- 71314300 - Energy-efficiency consultancy services
- 71314200 - Energy-management services
- 71631430 - Leak-testing services
- 71314000 - Energy and related services
- 50411100 - Repair and maintenance services of water meters
- 38421100 - Water meters
- 65130000 - Operation of water supplies
- 65100000 - Water distribution and related services
- 71800000 - Consulting services for water-supply and waste consultancy
- 39370000 - Water installations
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
Supply of Metered and Unmetered Water, Metered and Unmetered Wastewater, Trade Effluent Services and Ancillary 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: £80,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Energy Efficiency Solutions
Lot No
4
two.2.2) Additional CPV code(s)
- 31682510 - Emergency power systems
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 31154000 - Uninterruptible power supplies
- 31518200 - Emergency lighting equipment
- 50232110 - Commissioning of public lighting installations
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31527260 - Lighting systems
- 31682530 - Emergency power supplies
- 31320000 - Power distribution cables
- 31321000 - Electricity power lines
- 31174000 - Power supply transformers
- 31156000 - Interruptible power supplies
- 30232700 - Central controlling unit
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This framework Lot will provide organisations across the entire public sector with access to a comprehensive suite of energy efficiency solutions including, but not limited to:
• LED Lighting
• Lighting Sensors (occupancy, heat detection, daylight sensing, movement detection etc)
• Zone Control Units
• Voltage Optimisation
• Power Optimisation
• Central Control Units – time and zone controls
• Emergency Lighting
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
On-Site Generation - Solar Photovoltaics
Lot No
5
two.2.2) Additional CPV code(s)
- 09331100 - Solar collectors for heat production
- 71314300 - Energy-efficiency consultancy services
- 09332000 - Solar installation
- 09330000 - Solar energy
- 31422000 - Battery packs
- 09300000 - Electricity, heating, solar and nuclear energy
- 45261215 - Solar panel roof-covering work
- 09331200 - Solar photovoltaic modules
- 30234000 - Storage media
- 09331000 - Solar panels
- 31158100 - Battery chargers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot will provide access to a comprehensive range of Solar Photovoltaic Panels and
associated equipment and services. The Lot will provide organisations across the entire public sector with access to such onsite solar photovoltaic generation supplies and associated services. This will include but not be limited to the supply of:
• 60 Cell Solar PV Panels
• 72 Cell solar PV Panels
• 96 Cell solar PV Panels
• Inverters
• Mounting materials
• AC and DC Isolators
• Cabling
• Access to EMIG (or similar) portal
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
On-Site Generation Heat Pumps
Lot No
6
two.2.2) Additional CPV code(s)
- 44622000 - Heat-recovery systems
- 42533000 - Parts of heat pumps
- 42122460 - Air pumps
- 44622100 - Heat-recovery equipment
- 42530000 - Parts of refrigerating and freezing equipment and heat pumps
- 71315210 - Building services consultancy services
- 51112000 - Installation services of electricity distribution and control equipment
- 71314000 - Energy and related services
- 31200000 - Electricity distribution and control apparatus
- 31681200 - Electric pumps
- 71314100 - Electrical services
- 43134100 - Submersible pumps
- 42122130 - Water pumps
- 72212421 - Facilities management software development services
- 42124310 - Parts of air pumps
- 42511100 - Heat-exchange units
- 42122000 - Pumps
- 48421000 - Facilities management software package
- 42511110 - Heat pumps
- 65300000 - Electricity distribution and related services
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This framework Lot provides organisations across the entire public sector with the supply of Heat Pumps and associated services. The lot provides access to, but is not limited to, the following:
• Ground Source Heat Pumps
• Water Source Heat Pumps
• Air Source Heat Pumps
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Supply of Metering Services and Building Energy Management Software
Lot No
7
two.2.2) Additional CPV code(s)
- 38421100 - Water meters
- 72212421 - Facilities management software development services
- 48420000 - Facilities management software package and software package suite
- 51112000 - Installation services of electricity distribution and control equipment
- 48482000 - Business intelligence software package
- 38550000 - Meters
- 38554000 - Electricity meters
- 71314200 - Energy-management services
- 50411200 - Repair and maintenance services of gas meters
- 71314100 - Electrical services
- 48517000 - IT software package
- 38410000 - Metering instruments
- 48422000 - Software package suites
- 65500000 - Meter reading service
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This framework Lot provides organisations across the entire public sector with the supply of metering services and building energy management systems and software. The lot provides access to, but is not limited to, the following:
• Half Hourly Meter Operator (HH MOP) Contracts
• Half Hourly Data Collector Contracts (can be in conjunction with HH MOP Contracts)
• Half Hourly Data Aggregator Contracts (can be in conjunction with HH MOP Contracts)
• Automated Meter Reading equipment (AMR / Data Loggers)
• Sub-metering
• Building Energy Management Automated Control Systems
• Building Energy Management Software
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: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
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
Envisaged maximum number of participants to the framework agreement: 42
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
Originally published as:
Date
11 November 2022
Local time
12:00pm
Changed to:
Date
30 November 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 November 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The University of Essex's Internal Reference Number is ESSEX/DE/ENERGY/02A. The framework is being delivered by the University of Essex and its partners Dukefield Energy Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Energy Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:
https://suppliers.multiquote.com
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The University of Essex expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer on a Lot is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the Lot in question for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers on a particular Lot beyond the stated maximum number for that Lot, where their final evaluation score (s) is within 0.5% of the last placed position only on the particular Lot. For the avoidance of doubt, the last placed position in respect of this framework on each lot is sixth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position on a lot, shall be deemed to occupy the last framework agreement contract award position for that particular lot.
six.4) Procedures for review
six.4.1) Review body
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Telephone
+44 1206872954
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Telephone
+44 1206872954
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
University of Essex
Wivenhoe Park
Colchester
CO4 3SQ
Telephone
+44 1206872954
Country
United Kingdom