loading
  • GB-L3 9PP Liverpool
  • 18.12.2017
  • Ausschreibung
  • (ID 2-284438)

Utilities Management Software Metering and Ancillary Services.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 18.12.2017, 15:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bauleistung / Energieplanung/ -beratung / Projektsteuerung
    Sprache Englisch
    Aufgabe
    Crown Commercial Service is putting in place a framework agreement for Utilities Management Software, Metering and Ancillary Services to make full end to end data management services available to our customers. The aim of this agreement is to provide customers with the key data required to unlock savings across their utilities portfolios.
    This agreement will cover 3 core areas — metering services for all utilities (Lots 1-7), utilities data management software (Lot 8), and utilities bureau services (Lot 9)
    The framework agreement will be available to be used by the UK public sector bodies identified at VI.3 (and any future successors to these organisations), including central government departments and their arm's length bodies, non-departmental public bodies, wider public sector, NHS bodies, local authorities, and health and third sector organisations.
    Suppliers will be required to provide full national coverage.
    Leistungsumfang
    The Supplier shall provide outsourced Bureau Services to deliver Energy Management Services on behalf of the Contracting Authority.
    The Supplier shall work proactively with the Contracting Authority to assist in the delivery of their Energy Management Strategy.
    The Supplier shall monitor the effectiveness of the Bureau Services provision throughout each Call Off Contract.
    A Contracting Authority will be permitted to request Services as individual requirements or as a Full Service Provision within their Call Off Contract based on their individual requirements.
    The Supplier shall be provide the Contracting Authority with all of the Services the Contracting Authority has specified, either as a Full Service Provision or as individual requirements as set out in the Contracting Authority's Call Off Contract.
    Adresse des Bauherren UK-L3 9PP Liverpool
    TED Dokumenten-Nr. 463853-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Liverpool: Energy-management services

      2017/S 223-463853

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The Minister for the Cabinet Office acting through Crown Commercial Service
      9th Floor, The Capital, Old Hall Street
      Liverpool
      L3 9PP
      United Kingdom
      Telephone: +44 3450103503
      E-mail: MjE4YWNeXlpXU2AuUWBdZVxRXVtbU2BRV09aHFVdZBxjWQ==
      NUTS code: UK

      Internet address(es):

      Main address: www.gov.uk/ccs

      Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://gpsesourcing.cabinetoffice.gov.uk
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5)Main activity
      Other activity: public procurement

      Section II: Object

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

       

      Utilities Management Software Metering and Ancillary Services.

       

      Reference number: RM3800
      II.1.2)Main CPV code
      71314200
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Crown Commercial Service is putting in place a framework agreement for Utilities Management Software, Metering and Ancillary Services to make full end to end data management services available to our customers. The aim of this agreement is to provide customers with the key data required to unlock savings across their utilities portfolios.

      This agreement will cover 3 core areas — metering services for all utilities (Lots 1-7), utilities data management software (Lot 8), and utilities bureau services (Lot 9)

      The framework agreement will be available to be used by the UK public sector bodies identified at VI.3 (and any future successors to these organisations), including central government departments and their arm's length bodies, non-departmental public bodies, wider public sector, NHS bodies, local authorities, and health and third sector organisations.

      Suppliers will be required to provide full national coverage.

       

      II.1.5)Estimated total value
      Value excluding VAT: 150 000 000.00 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:

       

      Half Hourly Electricity Mop Services

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      50411300
      48444100
      72316000
      72314000
      72310000
      38554000
      38551000
      71314000
      71314200
      72300000
      65500000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The Supplier shall provide a full suite of Meter Operator (MOP), Data Aggregation and Data Collection (DA/DC) Services for Half Hourly Electricity Metering Hardware including:

      i. Provision of fiscal Metering Hardware,

      ii. Installation of new Metering Hardware including,

      iii. Relocation of Metering Hardware,

      iv. Ongoing Maintenance of Metering Hardware including,

      v. Removal, de-energisation and decommissioning of Metering Hardware,

      vi. Data Aggregation and Data Collection (DA/DC) Services in line with the relevant practices of the Balancing Settlement Code (BSC),

      vii. Provide aggregated Half Hourly Electricity data for all relevant Metering Hardware for each initial Settlement Run and Reconciliation Settlement Run before the deadlines established within the Balancing and Settlement Code (BSC), Section N, Clause 3 Payment Calendar,

      viii. Communication of Data to the nominated utilities supplier for billing purposes,

      ix. Provision of a basic Visualisation Portal updated on a day +1.

       

      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: 6 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      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

       

      The duration for the placing of orders is the initial Framework Agreement period of three (3) years. The Authority may extend the duration of the Framework Agreement for any period or periods up to a maximum of one (1) years in total from the expiry of the initial Framework Agreement period.

       

      II.2)Description
      II.2.1)Title:

       

      Electricity Metering Services

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      45333200
      50330000
      72314000
      50411300
      38421100
      38554000
      50411100
      50411200
      65500000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The Supplier shall provide Metering Services for electricity Metering Hardware (excluding Half Hourly Electricity Metering Hardware) including Import, Export and Generation. This shall include:

      i. Provision of Fiscal Metering Hardware,

      ii. Provision of Sub-Metering, Automatic Meter Reading (AMR) or Data Logger Hardware (classified as Metering Hardware),

      iii. Ongoing Maintenance of Metering Hardware,

      iv. Relocation of Metering Hardware,

      v. Ongoing Maintenance of Metering Hardware throughout the life of the Call Off Contract with the Contracting Authority,

      vi. Removal, de-energisation and decommissioning of Metering Hardware,

      vii. Data Aggregation of acquired Metering Hardware readings through Automated Meter Reading (AMR),

      viii. Communication of Data to the Contracting Authority and relevant utilities supplier for billing purposes.

       

      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: 15 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      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

       

      The duration for the placing of orders is the initial Framework Agreement period of three (3) years. The Authority may extend the duration of the Framework Agreement for any period or periods up to a maximum of one (1) years in total from the expiry of the initial Framework Agreement period.

       

      II.2)Description
      II.2.1)Title:

       

      Gas Metering Services

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      72310000
      71314200
      48444100
      50411200
      72316000
      38551000
      45333200
      71314000
      65500000
      72314000
      72300000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The Supplier shall provider Metering Services for Daily Metered and Non-Daily Metered Gas Metering Hardware including:

      i. Provision of Sub-Metering, Automatic Meter Reading (AMR) or Data Logger Hardware (referred as Metering Hardware),

      ii. Installation of new Metering Hardware acquired through the Call Off Contract,

      iii. Relocation of Metering Hardware,

      iv. Ongoing Maintenance of Metering Hardware,

      v. Removal, de-energisation and decommissioning of Metering Hardware,

      vi. Data aggregation of acquired Metering Hardware readings through Automated Meter Reading (AMR),

      vii. Communication of Data to the Contracting Authority and relevant utilities supplier for billing purposes as requested by the Contracting Authority.

       

      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: 15 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      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

       

      The duration for the placing of orders is the initial Framework Agreement period of three (3) years. The Authority may extend the duration of the Framework Agreement for any period or periods up to a maximum of one (1) years in total from the expiry of the initial Framework Agreement period.

       

      II.2)Description
      II.2.1)Title:

       

      Water Metering Services

       

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71314200
      38551000
      48444100
      65500000
      38421100
      50411100
      71314000
      72314000
      72316000
      72300000
      72310000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The Supplier shall provide Metering Services for water Sub-Metering, Flow Meters and Data Logger Hardware including water supply and wastewater sewerage Services. This shall include:

      i. Provision of Sub-Metering, Flow Meters or Data Logger Hardware (referred to as Metering Hardware),

      ii. Installation of new Metering Hardware,

      iii. Ongoing Maintenance of Metering Hardware,

      iv. Relocation of Metering Hardware,

      v. Removal, de-energisation and decommissioning of Metering Hardware as requested by the Contracting Authority,

      vi. Data Aggregation of acquired data readings through Automated Meter Readings (AMR),

      vii. Communication of Data to the Contracting Authority.

       

      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: 15 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      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

       

      The duration for the placing of orders is the initial Framework Agreement period of three (3) years. The Authority may extend the duration of the Framework Agreement for any period or periods up to a maximum of one (1) years in total from the expiry of the initial Framework Agreement period.

       

      II.2)Description
      II.2.1)Title:

       

      Fuels Metering Services

       

      Lot No: 5
      II.2.2)Additional CPV code(s)
      72300000
      48444100
      71314200
      72314000
      72316000
      71314000
      65500000
      38551000
      72310000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The Supplier shall provide Metering Services for fuel Sub-Metering and Data Logger Hardware

      These Metering Services shall include:

      i. Provision of Sub-Metering or Data Logger Hardware,

      ii. Installation of new Metering Hardware,

      iii. Ongoing Maintenance of Metering Hardware,

      iv. Relocation of Metering Hardware,

      v. Removal, de-energisation and decommissioning of Metering Hardware,

      vi. Data aggregation of acquired Metering Hardware readings either through Automated Meter Reading (AMR), Telemetry or through another organisations AMR or Telemetry platform,

      vii. Communication of Data to the Contracting Authority,

      viii. Communication of the data to the utilities supplier to assist in facilitating Supplier Managed Replenishment.

       

      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: 8 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      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

       

      The duration for the placing of orders is the initial Framework Agreement period of three (3) years. The Authority may extend the duration of the Framework Agreement for any period or periods up to a maximum of one (1) years in total from the expiry of the initial Framework Agreement period.

       

      II.2)Description
      II.2.1)Title:

       

      Steam Metering Services

       

      Lot No: 6
      II.2.2)Additional CPV code(s)
      72300000
      72314000
      71314000
      72316000
      38551000
      71314200
      72310000
      48444100
      65500000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The Supplier shall provide Metering Services to cover steam flow Metering Hardware. This shall include:

      i. Provision of Sub-Metering or Data Logger Hardware,

      ii. Installation of new Metering Hardware,

      iii. Ongoing Maintenance of Metering Hardware,

      iv. Relocation of Metering Hardware,

      v. Removal, de-energisation and decommissioning of Metering Hardware,

      vi. Data aggregation of acquired Metering Hardware readings through Automated Meter Reading (AMR),

      vii. Communication of Data to the Contracting Authority.

       

      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: 3 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      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

       

      The duration for the placing of orders is the initial Framework Agreement period of three (3) years. The Authority may extend the duration of the Framework Agreement for any period or periods up to a maximum of one (1) years in total from the expiry of the initial Framework Agreement period.

       

      II.2)Description
      II.2.1)Title:

       

      Heating and Chilling Metering Services

       

      Lot No: 7
      II.2.2)Additional CPV code(s)
      72310000
      38551000
      72300000
      48444100
      72316000
      65500000
      72314000
      71314000
      71314200
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The Supplier shall provide Metering Services for Heating and Chilling meters. This shall include:

      i. Provision of Sub-Metering or Data Logger Hardware (referred to as Metering Hardware),

      ii. Installation of new Metering Hardware,

      iii. Ongoing Maintenance of Metering Hardware,

      iv. Relocation of Metering Hardware,

      v. Removal, de-energisation and decommissioning of Metering Hardware,

      vi. Data Aggregation of acquired Metering Hardware readings through Automated Meter Reading (AMR),

      vii. Communication of Data to the Contracting Authority,

      viii. Communication of the data to the utilities supplier to assist in facilitating Supplier Managed Replenishment.

       

      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: 3 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      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

       

      The duration for the placing of orders is the initial Framework Agreement period of three (3) years. The Authority may extend the duration of the Framework Agreement for any period or periods up to a maximum of one (1) years in total from the expiry of the initial Framework Agreement period.

       

      II.2)Description
      II.2.1)Title:

       

      Utilities Management Software

       

      Lot No: 8
      II.2.2)Additional CPV code(s)
      48444100
      72300000
      48000000
      71314000
      72310000
      48440000
      72316000
      72314000
      71314200
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      — The Supplier shall provide Contracting Authorities with access (via user licences) to a Software Product to upload, visualise, manage, report and manipulate utilities data from across their portfolio.

      — A Contracting Authority will be permitted to request the Services set out below in this section 11 as individual requirements or as a Full Service Provision within their Call Off Contract based on their individual requirements.

      — The Supplier shall provide the Contracting Authority with all of the Services the Contracting Authority has specified, either as a Full Service Provision or as individual requirements as set out in the Contracting Authority's Call Off Contract.

      — The Supplier shall provide the Contracting Authority with access to assistance and help to support the use of the Software Product for the duration of the Call Off Contract.

       

      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: 35 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 36
      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

       

      The duration for the placing of orders is the initial Framework Agreement period of three (3) years. The Authority may extend the duration of the Framework Agreement for any period or periods up to a maximum of one (1) years in total from the expiry of the initial Framework Agreement period.

       

      II.2)Description
      II.2.1)Title:

       

      Utilities Bureau Services

       

      Lot No: 9
      II.2.2)Additional CPV code(s)
      72310000
      72300000
      71314200
      71314000
      48444100
      72316000
      71314300
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

       

      The Supplier shall provide outsourced Bureau Services to deliver Energy Management Services on behalf of the Contracting Authority.

      The Supplier shall work proactively with the Contracting Authority to assist in the delivery of their Energy Management Strategy.

      The Supplier shall monitor the effectiveness of the Bureau Services provision throughout each Call Off Contract.

      A Contracting Authority will be permitted to request Services as individual requirements or as a Full Service Provision within their Call Off Contract based on their individual requirements.

      The Supplier shall be provide the Contracting Authority with all of the Services the Contracting Authority has specified, either as a Full Service Provision or as individual requirements as set out in the Contracting Authority's Call Off Contract.

       

      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: 36
      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

       

      The duration for the placing of orders is the initial Framework Agreement period of three (3) years. The Authority may extend the duration of the Framework Agreement for any period or periods up to a maximum of one (1) years in total from the expiry of the initial Framework Agreement period.

       

      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:

       

      Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Bid.

      This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.

      If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at

      https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

      Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing MjE1NmlhY1ZkZFpgX0BXOl9lVmNWZGUxVGNgaF9UYF5eVmNUWlJdH1hgZx9mXA==

      Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.

      As a user of the e-Sourcing Suite you will have access to the Emptoris messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information.

      For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: MjEyWTliVVZgWWFZYmg0V2Zja2JXY2FhWWZXXVVgIltjaiJpXw==

      Bids must be submitted by the date in IV.2.2.

       

      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 49
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      An electronic auction will be used
      Additional information about electronic auction:

       

      An electronic auction will be used for Lot 1 only as stated in the procurement documents.

       

      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
      Notice number in the OJ S: 2016/S 191-344287
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 18/12/2017
      Local time: 15:00
      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: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 18/12/2017
      Local time: 15:01
      Place:

       

      Electronically, via web-based portal.

       

      Information about authorised persons and opening procedure:

       

      .

       

      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:

       

      Crown Commercial Service expressly reserves the right (i) not to award any Framework Agreement as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Crown Commercial Service be liable for any costs incurred by the bidders.

      The value provided in Section II.1.5 is only an estimate. We cannot guarantee that Suppliers will receive any business through this Framework Agreement.

      As part of this Contract Notice, the following can be accessed at:

      https://www.contractsfinder.service.gov.uk/Notice/98e91d0e-dc6c-4adf-8637-c0ad2d3dc658

      OJEU Contract Notice customer list;

      OJEU Contract Notice rights reserved by Crown Commercial Service; and

      OJEU Contract Notice transparency information for Crown Commercial Service Framework Agreements.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Crown Commercial Service
      N/A
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      Crown Commercial Service
      N/A
      United Kingdom
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please follow the guidance on procedure contained in the previous section.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      Crown Commercial Service
      N/A
      N/A
      United Kingdom
      VI.5)Date of dispatch of this notice:
      17/11/2017
    © 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 21.11.2017
Zuletzt aktualisiert 21.11.2017
Wettbewerbs-ID 2-284438 Status Kostenpflichtig
Seitenaufrufe 58