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
procurement@es.catapult.org.uk
Telephone
+44 7967337541
Country
United Kingdom
NUTS code
UKG31 - Birmingham
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Supporting R&D in decarbonization in the energy sector
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ESC21188 - 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/
(https://es.catapult.org.uk/impact/projects/ucegm/)
There are three key areas of work
within the project: 1. Programme Management & Project Compliance - as lead partner in the consortium, ESC are responsible for overall project performance and
compliance with funding requirements, 2. Workstream 1 - The five Local Authority partners are delivering around £15m of capital investment in renewable energy projects, and 3. Workstream 2 - ESC are leading the development of future business models. The requirements of the contracts are divided into four Lots: 1.
Lot 1: Commercial and Investment Advice 2. Lot 2: Workstream 2 Procurement Advice 3. Lot 3: Workstream 1 Procurement Support 4. Lot 4: Summative Assessment Lots 1 and 2 are required to provide external specialist, technical support in respect of commercial and investment structures along with
procurement processes to Workstream 2 which will supplement in-house capabilities to develop future business models. This will maximise the scope, quality and impact of Workstream 2. Procurement support under Lot 3 is intended to support the consortium partners - the Local Authorities who are delivering
capital renewable energy schemes under Workstream 1. Compliance with public sector procurement requirements is a key funding requirement. Lot 3 is a call-off contract which can be utilised as necessary to support the Local Authorities to procure their required contracts. ERDF comes with a contractual requirement to appoint an external supplier to conduct an impact evaluation of the project, known as a summative assessment, which is Lot 4.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £370,000
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
Quality criterion - Name: Methodology & Proposed Approach / Weighting: 60
Quality criterion - Name: Experience & Lessons Learned / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 15
two.2.11) Information about options
Options: Yes
Description of options
Lot 1 - August 2021 - March 2023 (June 2023)
two.2) Description
two.2.1) Title
• Lot 2: Workstream 2 Procurement 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
Quality criterion - Name: Methodology & Proposed Approach / Weighting: 55
Quality criterion - Name: Experience & Lessons Learned / Weighting: 15
Quality criterion - Name: Data Handling / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 15
two.2.11) Information about options
Options: Yes
Description of options
Lot 2 - August 2021 - March 2023 (June 2023)
two.2) Description
two.2.1) Title
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
Quality criterion - Name: Methodology & Proposed Approach / Weighting: 75
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 15
two.2.11) Information about options
Options: Yes
Description of options
Lot 3 - August 2021 - December 2022 (June 2023)
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
Quality criterion - Name: Methodology & Proposed Approach / Weighting: 55
Quality criterion - Name: Value Add / Weighting: 10
Quality criterion - Name: Experience & Lessons Learned / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 15
two.2.11) Information about options
Options: Yes
Description of options
Lot 4 - August 2021 - June 2023 (September 2023)
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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-014835
Section five. Award of contract
Contract No
ESC21188
Lot No
Lots 1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 October 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Cornwall Insight Ltd
Norwich
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)
Initial estimated total value of the contract/lot: £100,000
Total value of the contract/lot: £100,000
Section five. Award of contract
Contract No
ESC21188
Lot No
2
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 October 2021
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Local Partnerships Ltd
London
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)
Initial estimated total value of the contract/lot: £70,000
Total value of the contract/lot: £70,000
Section five. Award of contract
Contract No
ESC21188
Lot No
3
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 October 2021
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Procur3d Consulting Ltd
Hertford
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)
Initial estimated total value of the contract/lot: £100,000
Total value of the contract/lot: £100,000
Section five. Award of contract
Contract No
ESC21188
Lot No
4
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 October 2021
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Winning Moves Ltd
London
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)
Initial estimated total value of the contract/lot: £77,000
Total value of the contract/lot: £77,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
London
Country
United Kingdom