Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Smart Energy Supply Chain Business Support Services.
Reference number: KU/191/DP/PL/2017
II.1.2)Main CPV code
79411100
II.1.3)Type of contract
Services
II.1.4)Short description:
Tenders are invited from interested parties for the provision of Smart Energy Supply Chain Business Support Services as part of the delivery of the Smart Energy Network Demonstrator (SEND) project.
The purpose of the procurement is to appoint a Service Provider to carry out an ERDF compliant Smart Energy Supply Chain Business Support Services programme targeted at ERDF eligible businesses in the entirety of the Stoke on Trent and Staffordshire LEP area. The Smart Energy Supply Chain Business Support Services required are fully detailed in the Tender Specification in Section 2 of the ITT.
The SEND project (project reference code 32R16P00706) is part-funded from the European Regional Development Fund (ERDF) as part of the European Structural and Investment Funds England Growth Programme 2014-2020 and the Department for Business, Energy and Industrial Strategy (BEIS). The Smart Energy Supply Chain Business Support Services required are also part funded by ERDF.
II.1.5)Estimated total value
Value excluding VAT: 350 000.00 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)
71314300
79400000
79410000
79411000
II.2.3)Place of performance
NUTS code: UKG24
II.2.4)Description of the procurement:
The Supply Chain development programme will target 217 ERDF eligible SME businesses of which 15 will be new businesses within the entirety of the Stoke-on-Trent & Staffordshire LEP area to provide Output indicator C1 support targeted at the growing global market for the low carbon smart energy sector. Such businesses may come from both the energy/low carbon sector directly and sectors not traditionally associated with energy including IT, marketing and public relations and professional services businesses. New businesses assisted will provide Output indicator C5 in addition to the aforementioned C1 output indicator.
To count as an ERDF-eligible output the support provided must consist of a minimum of 2 days (12 hours) active consultancy support. A specific business can only be counted once by a project.
The Service Provider will be responsible for ensuring all businesses supported meet ERDF criteria and are eligible to receive support.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 13/09/2017
End: 30/06/2021
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: yes
Identification of the project: Part-funded from the European Regional Development Fund (ERDF) as part of the European Structural and Investment Funds England Growth Programme 2014-2020.
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:
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
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: 11/08/2017
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: 11/08/2017
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
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Tenderers remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the Tenderer in connection with taking part in this procurement, regardless of whether such costs arise as a direct or indirect consequence of any amendments made to the procurement documents by the University at any time.
The SEND project (project reference code 32R16P00706) is part-funded from the European Regional Development Fund (ERDF) as part of the European Structural and Investment Funds England Growth Programme 2014-2020 and the Department for Business, Energy and Industrial Strategy (BEIS). The Smart Energy Supply Chain Business Support Services required are also part funded by ERDF.
VI.4)Procedures for review
VI.4.1)Review body
High Court of England and Wales
Royal Courts of Justice, Strand
London
WCA2 2LL
United Kingdom
Telephone: +44 2079477882
Internet address:https://www.justice.gov.uk
VI.4.2)Body responsible for mediation procedures
University of Keele
Procurement Office, Finance Department, Innovation Centre 2, Keele University Science and Innovation Park, Keele, Staffordshire
Newcastle
ST5 5BG
United Kingdom
Telephone: +44 1782734124
E-mail:
MTJiLG5jX3BhYz5pY2NqYyxfYSxzaQ==
Internet address:https://www.keele.ac.uk
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
Any review proceedings should be promptly brought to the attention of the Director of Finance and IT of the University at the address provided above, and will be dealt with in accordance with the requirements of the Public Contracts Regulations 2015 (‘PCR 2015’). Any review proceedings must be brought within the timescales
specified by the applicable law, including without limitation, PCR 2015. In accordance with PCR 2015, the University will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to tenderers.
VI.4.4)Service from which information about the review procedure may be obtained
University of Keele
Procurement Office, Finance Department, Innovation Centre 2, Keele University Science and Innovation Park, Keele, Staffordshire
Newcastle
ST5 5BG
United Kingdom
Telephone: +44 1782734124
E-mail:
MTVfKWtgXG1eYDtmYGBnYClcXilwZg==
Internet address:https://www.keele.ac.uk
VI.5)Date of dispatch of this notice:
11/07/2017