Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
John Youngs
Telephone
+44 1314693922
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
CT2837 Half Hourly Meter Operator
Reference number
CT2837
two.1.2) Main CPV code
- 50411300 - Repair and maintenance services of electricity meters
two.1.3) Type of contract
Services
two.1.4) Short description
The City of Edinburgh Council (the Council) wish to put a contract in place with a single Contractor for the provision of a Half Hourly Meter Operator (MOP) and a Data Collection/Data Aggregator (DC/DA) for the Council’s half hourly settled supplies. This will include 00 profile classes along with 05-08 profile classes.
two.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38554000 - Electricity meters
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
City of Edinburgh
two.2.4) Description of the procurement
The City of Edinburgh Council (the Council) wish to put a contract in place with a single Contractor for the provision of a Half Hourly Meter Operator (MOP) and a Data Collection/Data Aggregator (DC/DA) for the Council’s half hourly settled supplies. This will include 00 profile classes along with 05-08 profile classes.
It is intended that the contract will commence on 01 March 2022 for a period of five years with the option to extend for an additional 5 years.
The requested services for DC/DA are:
Data Collection: in accordance with Balancing & Settlement Code Procedure BSCP502 – “Half-Hourly Data Collection for SVA Metering Systems Registered in SMRS”; CP1182 - “Creation of a generic Party Service Line” and BSCP533 – “PARMS Data Provision, Reporting and Publication to Peer Comparison Data”
Data Aggregator: in accordance with Balancing & Settlement Code Procedure BSCP503 – “Half-Hourly Data Aggregation for SVA Metering Systems Registered in SMRS”; CP1182 - “Creation of a generic Party Service Line” and BSCP533 - “PARMS Data Provision, Reporting and Publication to Peer Comparison Data” for Data Provision
Further information can be found within the attached document "CT2837 - Specification"
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Contract will be let for 5 (five) years, with an option to extend for 5 (five) more on a rolling basis dependant on performance.
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
SPD features Question 4D.1.2 It is a mandatory requirement that Tendering Organisations are an ELEXON BSC party. Tendering Organisations are required to provide certification of membership, accreditation or SVG Qualification that allows it and its staff to operate within the Industry.
Where a Bidder does not demonstrate that it is an ELEXON BSC party, the Council may exclude the Bidder from the competition. https://www.elexon.co.uk/reference/market-entry/
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
o a. Employers (Compulsory) Liability Insurance - 5m GBP
o b. Public Liability Insurance - 10m GBP
o c. Professional Indemnity - 5m GBP
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
Originally published as:
Date
16 December 2021
Local time
11:00am
Changed to:
Date
16 December 2021
Local time
1:00pm
See the change notice.
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
16 December 2021
Local time
11:30am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please see attached documentation for all information regards the ITT, process, Terms and Conditions of contract, Specification and equipment ID.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=673551.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Please see the attached ITT document and Tenderer's Submission Form for more information.
(SC Ref:673551)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=673551
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
27 Chambers St,
Edinburgh
EH1 1LB
Country
United Kingdom