loading
  • GB-SW1H 0BD London
  • 15.06.2018
  • Ausschreibung
  • (ID 2-301912)

Energy for Londoners Energy Supply Company (EfLSCo)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 15.06.2018, 12:00 Bewerbungsschluss
    Verfahren Wettbewerblicher Dialog
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Energieplanung/ -beratung
    Sprache Englisch
    Aufgabe
    The GLA is seeking to procure a single supplier framework to (a) provide fairer tariffs for Londoners, especially the fuel poor and (b) procure voids management services for Greater London (32 London Boroughs and the City of London) and Housing Associations for their voids housing stock within London, all of whom may call-off under this arrangement (see Additional Information, VI.3). The successful supplier will be responsible for (1) sourcing and supplying energy (gas and electricity), operating customer accounts, undertaking billing and collecting end customer payments and providing ancillary and related value-added services for residents in London and (2) providing Void Services to support London Boroughs, including the City of London, and Housing Associations for their voids housing stock within London. Further details of the Contracting Authorities are detailed in section VI.3 of this notice.
    Leistungsumfang
    The Mayor's ambition is for London to be zero carbon by 2050. The Mayor also wants the energy market to work better for Londoners, delivering fairer prices, helping them reduce their energy use and make the best use of smart innovations. London has particular problems: 10 % of Londoners are in fuel poverty, levels of pre-payment meters are high, levels of switching are low and London has low installation levels of energy efficiency measures, smart meters, and solar panels. The GLA procurement is open to innovative ideas that will deliver its desired outcomes and wants to establish a genuine collaboration with a company or consortium to achieve them.
    The Contracting Authorities seek to procure a fully licensed energy supplier to offer the supply of gas and electricity to all of London’s residents using branding set up by the GLA under the Mayor of London’s Energy for Londoners programme; and to undertake Voids Services for London Boroughs (LBs) and Housing Associations (HAs).
    The key eight objectives are:
    1. Competitively priced electricity and gas tariffs:
    Provision of fairly priced gas and electricity, especially geared towards those living in fuel poverty.
    2. Customer service and branding:
    Exemplary customer satisfaction embracing technological improvements to enhance the customer experience.
    3. Innovation:
    Innovating to help Londoners and especially those in fuel poverty so that they can better meet their energy needs and budget for them.
    4. Integration with other energy programmes:
    Work with LBs, HAs and others to deliver cheaper energy, especially those in fuel poverty; and to interface with energy efficiency programmes.
    5. Data access:
    Provide access to all EfLSCo customer consumption data, for the GLA, LBs, contractors and research partners.
    6. Financial:
    Generate a commission, without affecting the competitive viability of tariff structures (reinvested in energy or fuel poverty projects).
    7. Support the possible future transition to a fully licensed supplier or to another Service Provider.
    8. Void Services:
    Support handling vacant properties, including installation of smart meters during void periods.
    The Contracting Authorities are setting up a four (4) year Framework Agreement. The EfLSCo scheme will be delivered via a Call-Off from the Framework Agreement based on a 4-year term, with the option for an extension or extensions of up to 4 more years. The LBs and HAs detailed may enter into Call-Off Contracts under the Framework Agreement for Voids Services.
    The procurement will follow the Competitive Dialogue procedure (under PCR 2015) to allow for the agreement scope and commercial arrangements to be developed and negotiated during the process, using an outcome based specification. During this process, comments will be invited on draft framework and call-off contracts at Initial Tender. Upon issue with the Final Tender, Framework and Call-Off contracts final terms must be accepted.
    Securing and management of the EfLSCo customers will be handled by the Service Provider, and interactions will be performed by the Service Provider’s staff. All branded communication templates and customer facing websites, portal and apps will be signed off by the GLA, to ensure that customers are aware of the brand that they are being supplied by.
    The Service Provider’s estimated turnover across the 4-year term is c.279 000 000 GBP, based on customer numbers, average consumption, current prices and Voids Services. If the GLA choose to extend the call-off arrangement for a further four years an additional c.713 000 000 GBP estimated turnover may be realised. All numbers are estimates and not guaranteed; assumptions associated with customers acquired are set out in the procurement documents.
    There will be a marketing budget at the GLA’s discretion to promote the whole Energy for Londoners programme, including EfLSCo. Contractual performance levels will be measured against the Service Level Agreements.
    Adresse des Bauherren UK-SW1H 0BD London
    TED Dokumenten-Nr. 203525-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-London: Petroleum products, fuel, electricity and other sources of energy

      2018/S 090-203525

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Transport for London
      55 Broadway
      London
      SW1H 0BD
      United Kingdom
      Contact person: Mr Nadeem Iftikhar
      E-mail: MTlFWFtcXGRAXWtgYl9YaTdrXWMlXmZtJWxi
      NUTS code: UKI

      Internet address(es):

      Main address: https://tfl.gov.uk

      Address of the buyer profile: https://tfl.gov.uk

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      General public services

      Section II: Object

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

      Energy for Londoners Energy Supply Company (EfLSCo)

      Reference number: DN336524
      II.1.2)Main CPV code
      09000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The GLA is seeking to procure a single supplier framework to (a) provide fairer tariffs for Londoners, especially the fuel poor and (b) procure voids management services for Greater London (32 London Boroughs and the City of London) and Housing Associations for their voids housing stock within London, all of whom may call-off under this arrangement (see Additional Information, VI.3). The successful supplier will be responsible for (1) sourcing and supplying energy (gas and electricity), operating customer accounts, undertaking billing and collecting end customer payments and providing ancillary and related value-added services for residents in London and (2) providing Void Services to support London Boroughs, including the City of London, and Housing Associations for their voids housing stock within London. Further details of the Contracting Authorities are detailed in section VI.3 of this notice.

      II.1.5)Estimated total value
      Value excluding VAT: 992 000 000.00 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)
      09121200
      09300000
      38551000
      44161110
      65200000
      65300000
      65400000
      71314000
      II.2.3)Place of performance
      NUTS code: UKI
      II.2.4)Description of the procurement:

      The Mayor's ambition is for London to be zero carbon by 2050. The Mayor also wants the energy market to work better for Londoners, delivering fairer prices, helping them reduce their energy use and make the best use of smart innovations. London has particular problems: 10 % of Londoners are in fuel poverty, levels of pre-payment meters are high, levels of switching are low and London has low installation levels of energy efficiency measures, smart meters, and solar panels. The GLA procurement is open to innovative ideas that will deliver its desired outcomes and wants to establish a genuine collaboration with a company or consortium to achieve them.

      The Contracting Authorities seek to procure a fully licensed energy supplier to offer the supply of gas and electricity to all of London’s residents using branding set up by the GLA under the Mayor of London’s Energy for Londoners programme; and to undertake Voids Services for London Boroughs (LBs) and Housing Associations (HAs).

      The key eight objectives are:

      1. Competitively priced electricity and gas tariffs:

      Provision of fairly priced gas and electricity, especially geared towards those living in fuel poverty.

      2. Customer service and branding:

      Exemplary customer satisfaction embracing technological improvements to enhance the customer experience.

      3. Innovation:

      Innovating to help Londoners and especially those in fuel poverty so that they can better meet their energy needs and budget for them.

      4. Integration with other energy programmes:

      Work with LBs, HAs and others to deliver cheaper energy, especially those in fuel poverty; and to interface with energy efficiency programmes.

      5. Data access:

      Provide access to all EfLSCo customer consumption data, for the GLA, LBs, contractors and research partners.

      6. Financial:

      Generate a commission, without affecting the competitive viability of tariff structures (reinvested in energy or fuel poverty projects).

      7. Support the possible future transition to a fully licensed supplier or to another Service Provider.

      8. Void Services:

      Support handling vacant properties, including installation of smart meters during void periods.

      The Contracting Authorities are setting up a four (4) year Framework Agreement. The EfLSCo scheme will be delivered via a Call-Off from the Framework Agreement based on a 4-year term, with the option for an extension or extensions of up to 4 more years. The LBs and HAs detailed may enter into Call-Off Contracts under the Framework Agreement for Voids Services.

      The procurement will follow the Competitive Dialogue procedure (under PCR 2015) to allow for the agreement scope and commercial arrangements to be developed and negotiated during the process, using an outcome based specification. During this process, comments will be invited on draft framework and call-off contracts at Initial Tender. Upon issue with the Final Tender, Framework and Call-Off contracts final terms must be accepted.

      Securing and management of the EfLSCo customers will be handled by the Service Provider, and interactions will be performed by the Service Provider’s staff. All branded communication templates and customer facing websites, portal and apps will be signed off by the GLA, to ensure that customers are aware of the brand that they are being supplied by.

      The Service Provider’s estimated turnover across the 4-year term is c.279 000 000 GBP, based on customer numbers, average consumption, current prices and Voids Services. If the GLA choose to extend the call-off arrangement for a further four years an additional c.713 000 000 GBP estimated turnover may be realised. All numbers are estimates and not guaranteed; assumptions associated with customers acquired are set out in the procurement documents.

      There will be a marketing budget at the GLA’s discretion to promote the whole Energy for Londoners programme, including EfLSCo. Contractual performance levels will be measured against the Service Level Agreements.

      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: 992 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

      Please refer to the procurement documents.

      For II.2.9, information about the limits on the number of candidates to be invited.

      An additional 3 Applicants may only be allowed in the event that Applicants ranked 6,7 and 8 are within 1 % of the 5th ranked Applicant's score.

      A tie break only applies if the Applicant ranked 8th has another tied to their score to 2 decimal places.

      Please refer to the procurement documents for full details.

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

      Options: extensions are possible on the Call-Off from the Framework Agreement for up to a further 4 years.

      Void services Call-Offs: can be called-off up to four years.

      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
      List and brief description of conditions:

      Bidders will need to supply licenses under the Electricity Act 1989 and Gas Act 1986 for the supply of electricity and gas respectively and have completed Controlled Market Entry before the project Launch Date.

      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
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

      Please refer to section III.1.1 above.

      III.2.2)Contract performance conditions:

      Please refer to the procurement documents.

      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
      Competitive dialogue
      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 a single operator
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      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
      Notice number in the OJ S: 2017/S 221-459248
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 15/06/2018
      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: 6 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      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:

      The Contracting Authorities (or the Greater London Authority (GLA)) has four ‘functional bodies’ (as defined by the section 424 of the GLA Act 1999) and the GLA and its functional bodies have a number of subsidiaries https:// www.london.gov.uk/about-us.TfL is one of the functional bodies and is leading the procurement on behalf of the GLA.

      London Boroughs are defined as: https://directory.londoncouncils.gov.uk/.

      London Housing Associations (HAs) are: A2Dominion; Catalyst; Clarion; Hyde; L and Q; Metropolitan; Network Homes; Notting Hill Genesis; Optivo; Peabody; Southern Housing Group and other HAs with housing stock in London as identified here: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing.

      The Contract resulting from this procurement may be awarded by and/or be for the benefit of the GLA, any of its subsidiaries and GLA functional bodies. The GLA subsidiary to which this procurement applies has not been set up to date; once set up, it will be the entity to enter into the Framework Agreement with the winning bidder.

      Responsible Procurement (RP) Policy: the GLA group has defined ‘responsible procurement' as the purchase of goods, works and services in a socially and environmentally responsible way that delivers value for money and benefits to the Contracting Authorities.

      The Contracting Authorities encourage their suppliers, and those companies interested in tendering for its contracts to undertake their activities in line with the principles contained in its RP Policy. Further information on the GLA's RP work can be obtained from: www.london.gov.uk/rp.

      The Contracting Authorities have decided that it is not appropriate to separate into Lots due to there being one agreement and the potential complexity of the legal structure of the arrangement between the GLA and the successful bidder.

      TfL and the Contracting Authorities shall not be liable for any costs or expenses incurred by any bidder in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender or otherwise in connection with this procurement.

      The Contracting Authorities reserve the right to limit the number of areas open for dialogue. Further detail is set out in the tender documents.

      The GLA reserves right to cancel the procurement at any time without liability.

      Bidders who are not registered on TfL's e-procurement system should register as a new supplier on TfL's e-procurement system (https://procontract.due-north.com). Any bidder that is already registered should log onto TfL's e-procurement system to access the procurement documents. Bidders should express their interest in the opportunity by completing and submitting the Selection Questionnaire by the deadline for receipt.

      All discussions and meetings will be discussed in English. Tenders and supporting documentation must be priced in sterling and all payments under the contract will be in sterling.

      If and when this requirement is offered to tender, it may be done in whole or part via electronic means using the Internet.

      Organisations interested in participating in this opportunity are invited to attend a briefing event anticipated to be 22.5.2018 in a central London location. The purpose is to offer context on the scope of objectives and provide a summary of the procurement process. Places must be pre-booked, limited to a max. of 2 people directly associated with the potential supplier. Organisations interested in attending must request details via the contact point in Section I.

      The figure in II.1.5 and II.2.6 is an estimate of consumer fees over the full potential duration of the contract. The actual value will be largely based on consumer take up and the ultimate duration of the contract.

      The services provided under this Agreement may also be utilised by any London Local Authority, the City of London and Housing Associations for their void housing stock within London.

      VI.4)Procedures for review
      VI.4.1)Review body
      HM Courts and Tribunal Service
      The Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 207947000

      Internet address: https://www.gov.uk/government/organisations/hm-courts-and-tribunals-service

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

      The Contracting Authorities will incorporate a minimum 10 calendar day standstill period at the time of the procurement process that information on the award of the contract is communicated to bidders. Aggrieved parties who consider they have been harmed or are at risk of harm should refer to the Public Contracts Regulations 2015.

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      10/05/2018
    © 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 14.05.2018
Zuletzt aktualisiert 14.05.2018
Wettbewerbs-ID 2-301912 Status Kostenpflichtig
Seitenaufrufe 40