loading
  • GB-CF35 5HZ Bridgend
  • 15.02.2017
  • Ausschreibung
  • (ID 2-253107)

2buy2 Utilities and Energy Management Framework Agreement 2017


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 15.02.2017, 14:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Energieplanung/ -beratung / Projektsteuerung / Objektplanung Ver-/ Entsorgung
    Sprache Englisch
    Aufgabe
    Provision of NHH and HH Electricity supply, Mains Gas supply, Heating Oils, Energy Management Services and Water Supply, Sewerage and Ancillary Services.
    Leistungsumfang
    A framework Agreement for the Supply of Energy (Gas, Electricity, Oil), Energy Management services and Water Supply, Sewerage and Ancillary Services for schools and other organisations through the UK.
    This Framework Agreement is open for use by 2buy2 Buying Group members throughout UK. Members include but are not limited to:
    — Educational Establishments (including Academies),
    — Registered Charities,
    — Local Authority Councils,
    — Central Government Departments and Agencies and Local Government Departments and Agencies,
    — Registered Social Landlords.
    This Lot will cover will cover the provision of Water Supply, Sewerage and Ancillary Services to eligible Buying Group Members that are non-household customers throughout the UK. Buying Group Users currently served by a supplier that is based wholly or mainly in Wales, will only be able to access these services if water usage is equivalent to, or exceeds 50 000 000 litres per year.
    Services Required.
    Suppliers should be able to provide Water Supply and Sewerage services to eligible non-household customers in accordance with the Water Act 2014. Only suppliers formally licensed in the UK by Ofwat to undertake the supply of Water and Sewerage Services and who comply with the Ofwat's Wholesale Contract, Wholesale Retail Code and Market Arrangement Code will be considered.
    As well as the provision of water supply and sewerage services itself, it is expected that suppliers will have the ability provide ancillary services including but not limited to:
    — Lead Replacement Survey.
    — Water audit.
    — Measurement and verification.
    — Leak detection and repair.
    — Cost/spend recovery.
    — Benchmarking.
    — Meter resizing.
    — Desktop analysis.
    — Automated Meter Reading Services.
    — Water footprint.
    — Data solution (Automated Monitoring & Targeting).
    — Water performance contracting.
    — Tariff optimisation.
    — Budget setting / monitoring.
    — Bill validation.
    — Legionella Services.
    To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/X9MT5KX8P9
    Adresse des Bauherren UK-CF35 5HZ Bridgend
    TED Dokumenten-Nr. 8555-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Bridgend: Energy and related services

      2017/S 006-008555

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      2Buy2
      Pencoed Technology Park
      Bridgend
      CF35 5HZ
      United Kingdom
      Telephone: +44 3333201015
      E-mail: MTNtb2xgcm9iamJrcT0vX3J2LytgbGo=
      NUTS code: UK

      Internet address(es):

      Main address: www.2buy2.com

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Bridgend:-Energy-and-related-services./357945YKM7
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Other type: Buying group with members governed by Public Contract Regulations 2015.
      I.5)Main activity
      Other activity: national procurement group

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      2buy2 Utilities and Energy Management Framework Agreement 2017.

       

      II.1.2)Main CPV code
      71314000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Provision of NHH and HH Electricity supply, Mains Gas supply, Heating Oils, Energy Management Services and Water Supply, Sewerage and Ancillary Services.

       

      II.1.5)Estimated total value
      Value excluding VAT: 200 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

       

      Supply of HH and NHH Electricity.

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      09310000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      UNITED KINGDOM.

       

      II.2.4)Description of the procurement:

       

      A framework Agreement for the Supply of Energy (Gas, Electricity, Oil), Energy Management services and Water Supply, Sewerage and Ancillary Services for schools and other organisations through the UK.

      This Framework Agreement is open for use by 2buy2 Buying Group members throughout UK. Members include but are not limited to:

      — Educational Establishments (including Academies),

      — Registered Charities,

      — Local Authority Councils,

      — Central Government Departments and Agencies and Local Government Departments and Agencies,

      — Registered Social Landlords.

      This Lot will cover half hourly and non-half hourly non-domestic metered sites. Only suppliers licensed in the UK by OFGEM to undertake the supply of Electricity and meeting the minimum business standards will be considered.

      Half Hourly Meters — Profile class 00 with high energy usage.

      Non Half Hourly Meters — Profile classes 1-8 where maximum demand does not exceed 100 KW.

      Types of Product.

      Fixed term contracts — Successful suppliers must be able to provide fixed term, fixed price Electricity contracts with a range of contract lengths including 12, 24, 36 and 48 months. Suppliers must also have the ability to provide shorter bespoke length contracts to enable customers to align contracts to coterminous dates.

      Flexible Purchasing — Successful suppliers must also have a proven track record of delivering flexible purchasing options (including both Purchase in Advance and Purchase within Period) for electricity and be able to clearly demonstrate savings made through utilising a flexible approach.

      Support Services.

      As well as the supply of Electricity itself, it is expected that suppliers will have the ability provide key support services to 2buy2 and individual customers including but not limited to:

      —Automated Meter Readings,

      —Market Intelligence Reporting,

      —Management Information Reporting (for billing / objections / commissions),

      —Framework Management (Dedicated Account Manager / Resource),

      —Online billing portal system,

      —Advice and query management and resolution.

      To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/357945YKM7

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      2buy2 are looking to establish a framework agreement directly with Energy Suppliers rather than Energy Brokers with Supply Licences.

      To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/357945YKM7

       

      II.2)Description
      II.2.1)Title:

       

      Mains Gas Supply

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      09121200
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      A framework Agreement for the Supply of Energy (Gas, Electricity, Oil), Energy Management services and Water Supply, Sewerage and Ancillary Services for schools and other organisations through the UK.

      This Framework Agreement is open for use by 2buy2 Buying Group members throughout UK. Members include but are not limited to:

      — Educational Establishments (including Academies),

      — Registered Charities,

      — Local Authority Councils,

      — Central Government Departments and Agencies and Local Government Departments and Agencies,

      — Registered Social Landlords.

      This Lot will cover supply of Mains Gas to non-domestic metered sites. Only suppliers licensed in the UK by OFGEM to undertake the supply of Electricity and meeting the minimum business standards will be considered.

      Types of Product.

      Fixed term contracts — Successful suppliers must be able to provide fixed term, fixed price Gascontracts with a range of contract lengths including 12, 24, 36 and 48 months. Suppliers must also have the ability to provide shorter bespoke length contracts to enable customers to align contracts to coterminous dates.

      Flexible Purchasing — Successful suppliers must also have a proven track record of delivering flexible purchasing options (including both Purchase in Advance and Purchase within Period) for Gas and be able to clearly demonstrate savings made through utilising a flexible approach.

      Support Services.

      As well as the supply of Gas itself, it is expected that suppliers will have the ability provide key support services to 2buy2 and individual customers including but not limited to:

      —Automated Meter Readings,

      —Market Intelligence Reporting,

      —Management Information Reporting (for billing / objections / commissions),

      —Framework Management (Dedicated Account Manager / Resource),

      —Online billing portal system,

      —Advice and query management and resolution.

      To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/ZYY3D2YDJ5

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      2buy2 are looking to establish a framework agreement directly with Energy Suppliers rather than Energy Brokers with Supply Licences.

      To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/ZYY3D2YDJ5

       

      II.2)Description
      II.2.1)Title:

       

      Heating Oils

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      09135100
      09134000
      09135000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      A framework Agreement for the Supply of Energy (Gas, Electricity, Oil), Energy Management services and Water Supply, Sewerage and Ancillary Services for schools and other organisations through the UK.

      This Framework Agreement is open for use by 2buy2 Buying Group members throughout UK. Members include but are not limited to:

      — Educational Establishments (including Academies),

      — Registered Charities,

      — Local Authority Councils,

      — Central Government Departments and Agencies and Local Government Departments and Agencies,

      — Registered Social Landlords.

      This Lot will cover the supply of heating oils to non-domestic customers throughout the UK.

      Types of Product.

      The types of product required for this framework is outlined below. It is expected that successful suppliers will be able to deliver all of the products highlighted below.

      PRODUCTS.

      Gas Oil (Red DieseL)BS 2869 (Class A2 or equivalent).

      Gas Oil Substitute For Heating BS 2869 (Class D or equivalent).

      KEROSENEBS 2869 (Class C2 or equivalent).

      Premium Kerosene BS 2869 (Class C1 or equivalent).

      Support Services.

      As well as the supply of Oil itself, it is expected that suppliers will have the ability to provide key support services to 2buy2 and individual customers including but not limited to:

      — Management of Ongoing Issues.

      — The Supplier shall act as the point of contact for customers regarding any issues which arise in respect to all elements of the provision of Oil to the contracting customer. The Supplier shall provide a freephone number which shall be manned during the standard working hours of 8:30 — 17:00 Monday — Friday (excluding bank holidays).

      — Handling of Issues within the Contract.

      — Upon receiving a customer call to the Freephone number referenced above, Supplier shall liaise directly with the Oil Supply Provider in a timely manner to identify and rectify the issue/s. The Supplier shall keep the customer informed of progress and of any actions they may be required to undertake in order to resolve the issue. Once the issue has been resolved the Supplier shall speak to the customer for feedback on the manner in which the issue was resolved and the effectiveness of the service provided by the Supplier in that respect.

      — Reporting.

      — Regular management information reporting to 2buy2 detailing number of enquiries, quotes, sales, volumes, issue and complaints.

      To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/248GBW3MT8

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/248GBW3MT8

       

      II.2)Description
      II.2.1)Title:

       

      Energy Management Services

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71314200
      71314300
      71314000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      A framework Agreement for the Supply of Energy (Gas, Electricity, Oil), Energy Management services and Water Supply, Sewerage and Ancillary Services for schools and other organisations through the UK.

      This Framework Agreement is open for use by 2buy2 Buying Group members throughout UK. Members include but are not limited to:

      — Educational Establishments (including Academies),

      — Registered Charities,

      — Local Authority Councils,

      — Central Government Departments and Agencies and Local Government Departments and Agencies

      — Registered Social Landlords

      This Lot will cover the provision of energy management services to non-domestic customers throughout the UK. Coverage and distribution will be broken down into regions to encourage competition and best pricing.

      Services Required

      Successful suppliers will have a clear track record of providing a number Energy Management Services, including but not limited to:

      — Energy Performance Certificates (EPC) —Energy Management & strategy (ISO50001).

      — Display Energy Certificates (DEC).

      — Energy Efficiency.

      — Carbon Reduction Commitment (CRC)—Regulatory.

      — Mandatory Greenhouse Gas (GHG) reporting—Energy audits.

      — Energy Savings Opportunity Scheme (ESOS)—Performance improvement.

      — Minimum Energy Efficiency Standards (MEES)—Data Management.

      Energy Performance Contracting.

      Support Services.

      As well as the provision of energy management services itself, it is expected that suppliers will have the ability provide key support services to 2buy2 and individual customers including but not limited to:

      — Reporting — Regular management information reporting to 2buy2 detailing number of enquiries, quotes, sales, volumes, issue and complaints.

      — Service Level Agreements.

      — Dedicated resource (Framework Account Manager).

      To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/5JP368U298

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/5JP368U298

       

      II.2)Description
      II.2.1)Title:

       

      Water Supply, Sewerage and Ancillary Services

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      65100000
      65130000
      71800000
      50411100
      39370000
      90480000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      UNITED KINGDOM.

       

      II.2.4)Description of the procurement:

       

      A framework Agreement for the Supply of Energy (Gas, Electricity, Oil), Energy Management services and Water Supply, Sewerage and Ancillary Services for schools and other organisations through the UK.

      This Framework Agreement is open for use by 2buy2 Buying Group members throughout UK. Members include but are not limited to:

      — Educational Establishments (including Academies),

      — Registered Charities,

      — Local Authority Councils,

      — Central Government Departments and Agencies and Local Government Departments and Agencies,

      — Registered Social Landlords.

      This Lot will cover will cover the provision of Water Supply, Sewerage and Ancillary Services to eligible Buying Group Members that are non-household customers throughout the UK. Buying Group Users currently served by a supplier that is based wholly or mainly in Wales, will only be able to access these services if water usage is equivalent to, or exceeds 50 000 000 litres per year.

      Services Required.

      Suppliers should be able to provide Water Supply and Sewerage services to eligible non-household customers in accordance with the Water Act 2014. Only suppliers formally licensed in the UK by Ofwat to undertake the supply of Water and Sewerage Services and who comply with the Ofwat's Wholesale Contract, Wholesale Retail Code and Market Arrangement Code will be considered.

      As well as the provision of water supply and sewerage services itself, it is expected that suppliers will have the ability provide ancillary services including but not limited to:

      — Lead Replacement Survey.

      — Water audit.

      — Measurement and verification.

      — Leak detection and repair.

      — Cost/spend recovery.

      — Benchmarking.

      — Meter resizing.

      — Desktop analysis.

      — Automated Meter Reading Services.

      — Water footprint.

      — Data solution (Automated Monitoring & Targeting).

      — Water performance contracting.

      — Tariff optimisation.

      — Budget setting / monitoring.

      — Bill validation.

      — Legionella Services.

      To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/X9MT5KX8P9

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/X9MT5KX8P9

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      All necessary information provided in ITT documents.

       

      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.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 IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.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
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: no
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 15/02/2017
      Local time: 14:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 15/02/2017
      Local time: 14:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

      To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=220399878

      GO Reference: GO-201716-PRO-9361842.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      2Buy2
      Pencoed Technology Park
      Bridgend
      CF35 5HZ
      United Kingdom
      Telephone: +44 3333201015
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      06/01/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 10.01.2017
Zuletzt aktualisiert 10.01.2017
Wettbewerbs-ID 2-253107 Status Kostenpflichtig
Seitenaufrufe 34