loading
  • GB-NW1 0DL London
  • 27.02.2017
  • Ausschreibung
  • (ID 2-253116)

Energy & water procurement and associated contract management services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.02.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Energieplanung/ -beratung / Objektplanung Ver-/ Entsorgung
    Sprache Englisch
    Aufgabe
    Genesis Housing Association Ltd (GHA) intend to create a call-off framework for energy and water procurement and the provision of associated contract management services — (‘Energy and Water Bureau’).
    Leistungsumfang
    Genesis Housing Association Ltd (GHA) is putting in place a call-off Framework for the procurement of energy and water and provision of the associated contract management services. The Framework is for use by, but not limited to, housing associations, local authorities, registered social landlords, arm's length management organisation and other landlords governed by the Public Contracts Regulations 2015. Please refer to the following website for a full list of RSL's:
    https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
    Please refer to the following website for a full list of local councils in England and Wates:
    http://www.local.gov.uk/digital-councils/connect/a-z-councils-online
    The Framework shall consist of a single lot with a minimum of one and a maximum of eight suppliers.
    Each supplier shall provide the full range of services relating to the procurement of energy and water and the management of the associated contracts including, but not exclusively, the receipt and validation of bills. In particular, each Framework panel member shall provide:
    Energy and water procurement services:
    — Putting in place and managing contracts for the provision of energy and/or water on behalf of Framework users. Energy and water may be procured through an EU compliant supply framework or through a competition conducted by the Supplier on behalf of one or more Framework users.
    Contract management services:
    — The provision of energy and/or water contract management services including, but not exclusively, bill validation services for bills issued based upon remote meter reading systems. The intention is that energy and water supplies will be monitored through the use of remote meter reading technology. Where meters are not read using remote meter reading technology the Supplier shall provide a transitional service, the duration of which is not limited, to validate paper based invoices where necessary. The services, manual and digital, will involve ensuring the charges, data, and other information associated with energy and water bills are accurate and appropriate.
    GHA's Framework will provide landlords with a ‘single point’ solution to their energy and water procurement service needs. However, not all Framework users will want a complete solution immediately. These users shall be able to use the Mini Competition procedure to call off just one or more element of the service, for example gas procurement, and add other elements through mini competition at a later stage.
    Framework users shall be able to instruct the Supplier to go to the entire market as frequently as they wish. Alternately, they can direct the Supplier to use a particular energy and/or water supply framework such as the Genesis Energy Supply Framework.
    Adresse des Bauherren UK-NW1 0DL London
    TED Dokumenten-Nr. 8607-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Procurement consultancy services

      2017/S 006-008607

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Genesis Housing Association Limited
      IP31241R
      Atelier House, 64 Pratt Street, Camden
      London
      NW1 0DL
      United Kingdom
      Contact person: Paul Orrett
      Telephone: +44 03330005000
      E-mail: MjE2QFFlXB4/YmJVZGQwV1VeVWNZY1hRHl9iVx5lWw==
      NUTS code: UKI

      Internet address(es):

      Main address: http://www.genesisha.org.uk/

      Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/35281

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18586&B=OGC
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=18586&B=OGC
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Housing and community amenities

      Section II: Object

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

       

      Energy & water procurement and associated contract management services.

       

      Reference number: Energy and Water Bureau
      II.1.2)Main CPV code
      79418000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Genesis Housing Association Ltd (GHA) intend to create a call-off framework for energy and water procurement and the provision of associated contract management services — (‘Energy and Water Bureau’).

       

      II.1.5)Estimated total value
      Value excluding VAT: 50 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      65100000
      71314000
      71314200
      90713000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      England and Wales.

       

      II.2.4)Description of the procurement:

       

      Genesis Housing Association Ltd (GHA) is putting in place a call-off Framework for the procurement of energy and water and provision of the associated contract management services. The Framework is for use by, but not limited to, housing associations, local authorities, registered social landlords, arm's length management organisation and other landlords governed by the Public Contracts Regulations 2015. Please refer to the following website for a full list of RSL's:

      https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

      Please refer to the following website for a full list of local councils in England and Wates:

      http://www.local.gov.uk/digital-councils/connect/a-z-councils-online

      The Framework shall consist of a single lot with a minimum of one and a maximum of eight suppliers.

      Each supplier shall provide the full range of services relating to the procurement of energy and water and the management of the associated contracts including, but not exclusively, the receipt and validation of bills. In particular, each Framework panel member shall provide:

      Energy and water procurement services:

      — Putting in place and managing contracts for the provision of energy and/or water on behalf of Framework users. Energy and water may be procured through an EU compliant supply framework or through a competition conducted by the Supplier on behalf of one or more Framework users.

      Contract management services:

      — The provision of energy and/or water contract management services including, but not exclusively, bill validation services for bills issued based upon remote meter reading systems. The intention is that energy and water supplies will be monitored through the use of remote meter reading technology. Where meters are not read using remote meter reading technology the Supplier shall provide a transitional service, the duration of which is not limited, to validate paper based invoices where necessary. The services, manual and digital, will involve ensuring the charges, data, and other information associated with energy and water bills are accurate and appropriate.

      GHA's Framework will provide landlords with a ‘single point’ solution to their energy and water procurement service needs. However, not all Framework users will want a complete solution immediately. These users shall be able to use the Mini Competition procedure to call off just one or more element of the service, for example gas procurement, and add other elements through mini competition at a later stage.

      Framework users shall be able to instruct the Supplier to go to the entire market as frequently as they wish. Alternately, they can direct the Supplier to use a particular energy and/or water supply framework such as the Genesis Energy Supply Framework.

       

      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: 50 000 000.00 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

      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
      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:

       

      Performance will be monitored by KPIs which are set out in the ITT.

       

      III.2.3)Information about staff responsible for the performance of 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
      Envisaged maximum number of participants to the framework agreement: 8
      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: yes
      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: 27/02/2017
      Local time: 12:00
      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: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 27/02/2017
      Local time: 12:00
      Place:

       

      Atelier House, 64 Pratt Street, Camden

      NW1 0DL London.

       

      Information about authorised persons and opening procedure:

       

      John Carey, Sandip Shergill.

       

      Section VI: Complementary information

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

       

      It is unclear at the time of writing what the final arrangements for the procurement of water shall be. Notification is given in accordance with Article 72(1)(a) of the Public Contracts Regulations 2015 that changes will be made to Mini Competition procedures, the Framework Agreement including estimates of its total value, call off contracts and prices to facilitate these final arrangements.

      During the life of this Framework the legal arrangements governing public procurement in the United Kingdom may change following the invoking of Article 50 of the Treaty of Lisbon and / or any legislation or statutory guidance enacted or repealed as a consequence. Notice is given in accordance with Article 72 of the Public Contracts Regulations 2015 that changes will be made to Mini Competition procedures, the Framework Agreement including the total value, call off contracts and prices to facilitate and maintain the effectiveness and legality of this Framework following such changes.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Royal Courts of Justice
      The Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 207947600
      VI.4.2)Body responsible for mediation procedures
      Centre for Effective Dispute Resolution (CEDR)
      70 Fleet Street
      London
      EC4Y 1EU
      United Kingdom
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Precise information on deadline(s) for lodging appeals:

      In accordance with regulations 86 to 102 (inclusive) of the Public Contracts Regulations 2015.

      The contracting authority will incorporate a standstill period at the point of information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Such additional information should be requested from the EUSupply Portal.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      Cabinet Office
      70 Whitehall
      London
      United Kingdom
      VI.5)Date of dispatch of this notice:
      07/01/2017
    © 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 2-253116 Status Kostenpflichtig
Seitenaufrufe 35