UK Public Sector Water Supply and Sewerage Services Framework
Crown Commercial Service intends to put in place a Framework Agreement for the supply of water and wastewater services including ancillary goods, works and services.
United Kingdom-Liverpool: Water distribution and related services
2016/S 238-434560
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk, eenablement@crowncommercial.gov.uk
Internet address(es):
General address of the contracting authority: http://www.gov.uk/ccs
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: UK -UNITED KINGDOM.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 999
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 960 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The duration of the Framework Agreement is for a three (3) year period with an option to extend for one (1) year.
The Framework Agreement will comprise of three (3) Lot’s.
— Lot 1 Water Supply and Sewerage Services,
— Lot 2 Ancillary Services; and
— Lot 3 One Stop Shop.
Potential Providers have the opportunity to submit a Tender for all or any combination of the 3 Lots detailed above.
This Framework Agreement will provide a greater degree of control and transparency of pricing; new connections and site-works; metering; demand side management and innovations delivering water conservation measures; Automatic Meter Reading; Water reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/technology).
Please be advised that the Authority does not consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) to be an issue in respect of this Procurement at Framework Agreement Award Stage as services are not provided at this level.
At the Call Off Contract stage, the Authority takes the view that TUPE is unlikely to apply. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply at the Call Off Contract stage and to act accordingly.
II.1.6)Common procurement vocabulary (CPV)
65100000, 09320000, 24962000, 38421100, 39370000, 42912300, 44163140, 45330000, 50411100, 51514110, 65130000, 71800000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Procurement will establish a multi Supplier Framework Agreement. The Framework Agreement will be divided into three (3) Lots:-
— Lot 1 Water Supply and Sewerage Services;
— Lot 2 Ancillary Services; and
— Lot 3 One Stop Shop.
Estimated value excluding VAT: 960 000 000 GBP
II.2.2)Information about options
Information about lots
Lot No: 1 Lot title: Water Supply and Sewerage Services
1)Short description
The Supplier shall be required to deliver associated services in connection with the supply of water and sewerage services as required by the Contracting Authorities at Call Off stage:
— Account Management including customer service.
— Billing.
— Metering including, Meter Reading (Including acceptance of AMR reads), Management of sites and meters (including new connections and switching).
— Meter installation/removal/resizing/accuracy tests.
— Data Management.
— Roads and Property Drainage.
— Sewerage services including Trade Effluent.
— Emergency Contingency Planning.
— 24/7 Emergency support.
— Guaranteed standards of service.
If the Authority decides to enter into a Framework Agreement with the successful Supplier, this does not mean that there is any guarantee of subsequent Call Off Contracts being awarded or that there is an exclusivity in any way in respect of the relevant services. Any expenditure, work or effort undertaken
prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers. Any Orders placed under this Framework Agreement will form a separate Call Off Contract under the scope of this Framework Agreement between the Supplier and Contracting Authority.
The duration referenced in Section II.3) is for the placing of Orders.
2)Common procurement vocabulary (CPV)
65100000, 42912300, 50411100, 38421100, 09320000, 45330000, 65130000, 51514110, 39370000, 71800000, 24962000, 44163140
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The duration of the Framework Agreement is for a three (3) year period with an option to extend for one (1) year.
The Authority will award a Framework Agreement to 30 successful Potential Providers for Lot 1, please note the Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only. For the avoidance of doubt, last position is 30th for Lot 1.
Potential Providers have the opportunity to submit a Tender for all or any combination of the 3 Lots.
Lot No: 2 Lot title: Ancillary Services
1)Short description
These Ancillary Goods and Services are:
— Water footprint assessment;
— Tariff optimisation and benchmarking;
— Water audit site surveys;
— Leak detection and repair;
— Contingency planning;
— Legionella risk assessments;
— Automated meter reading; and
— Bill validation.
— Cost recovery.
If the Authority decides to enter into a framework Agreement with the successful Supplier, this does not mean that there is any guarantee of subsequent Call Off Contracts being awarded or that there is an exclusivity in any way in respect of the relevant services. Any expenditure, work or effort undertaken
prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers. Any Orders placed under this Framework Agreement will form a separate Call Off Contract under the scope of this Framework Agreement between the Supplier and the Contracting Authority. The duration referenced in Section II.3) is for the placing of Orders.
2)Common procurement vocabulary (CPV)
65100000, 44163140, 39370000, 50411100, 71800000, 45330000, 38421100, 42912300, 65130000, 51514110, 09320000, 24962000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The duration of the Framework Agreement is for a three (3) year period with an option to extend for one (1) year.
Potential Providers will be awarded a place on Lot 2 if they achieve or exceed a Stage Two Minimum Pass Score.
The Authority may request Ancillary Goods and Services that are not listed in the Lot 2 description, but fall within the scope of Water Ancillary Services. It is intended that the range of Ancillary Services will expand to meet Contracting Authorities business needs as they develop their strategies. Initially the Framework Agreement will consist of the nine Water Ancillary Services listed in the Lot 2 description.
Potential Providers have the opportunity to submit a Tender for all or any combination of the 3 Lots.
Lot No: 3 Lot title: One Stop Shop
1)Short description
The Supplier shall be required to hold and maintain throughout the Framework Agreement and any Call Off Contracts, a valid Water Supply and Sewerage Licence formally granted by the Water Services Regulation Authority (Ofwat) in accordance with Section 17a of the Water Industry Act 1991 as substituted by Section 1 of the Water Act 2014. The Supplier shall comply with the requirements of the associated Wholesale Retail Code, the Market Arrangement Code and the Wholesale Contract as specified by the Regulator Ofwat.
The Supplier shall be required to deliver associated services in connection with the supply of water and sewerage services as required by the Contracting Authorities at Call Off stage:
— Account Management including customer service
— Billing
— Metering including, Meter Reading (Including acceptance of AMR reads), Management of sites and meters (including new connections and switching)
— Meter installation/removal/resizing/accuracy tests
— Data Management
— Roads and Property Drainage
— Sewerage services including Trade Effluent
— Emergency Contingency Planning
— 24/7 Emergency support
— Guaranteed standards of service
All Suppliers must be able to provide as a minimum one (1) of the following Ancillary Goods and Services;
— Water footprint assessment;
— Tariff optimisation and benchmarking;
— Water audit site surveys;
— Leak detection and repair;
— Contingency planning;
— Legionella risk assessments;
— Automated meter reading;
— Bill Validation; and
— Cost Recovery.
If the Authority decides to enter into a Framework Agreement with the successful Supplier, this does not mean that there is any guarantee of subsequent Call Off Contracts being awarded or that there is an exclusivity in any way in respect of the relevant services. Any expenditure, work or effort undertaken
prior to contract award is accordingly a matter solely for the commercial judgement of Potential Providers. Any Orders placed under this Framework Agreement will form a separate Call Off Contract under the scope of this Framework Agreement between the Supplier and Contracting Authority. The duration referenced in Section II.3) is for the placing of Orders.
2)Common procurement vocabulary (CPV)
65100000, 45330000, 42912300, 39370000, 65130000, 71800000, 38421100, 50411100, 24962000, 44163140, 09320000, 51514110
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The duration of the Framework Agreement is for a three (3) year period with an option to extend for one (1) year.
The Authority may request Ancillary Goods and Services that are not listed in the Lot 3 description, but fall within the scope of Water Ancillary Services. It is intended that the range of Ancillary Services will expand to meet Contracting Authorities business needs as they develop their strategies. Initially the Framework Agreement will consist of the nine Water Ancillary Services listed above (the Lot 3 Services delivered).
The Authority will award a Framework Agreement to 30 successful Potential Providers for Lot 3, please note the Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only. For the avoidance of doubt, last position is 30th for Lot 3.
Potential Providers have the opportunity to submit a Tender for all or any combination of the 3 Lots.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This Procurement will be managed electronically via the Authority’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 e-Sourcing Suite, please go online to:https://gpsesourcing.cabinetoffice.gov.uk, you can then access 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 e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk.
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider 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 e-Sourcing Suite email 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 emails 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:eEnablement@crowncommercial.gov.uk
A full copy of the ITT documentation for this Procurement will be available for unrestricted and full direct access, free of charge via Crown Commercial Service website from the date of this publication of the contract notice: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline Responses must be published by the date in IV.3.4.
From 02.04.14 the Government is introducing its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key
aspect of this is the reduction in the number of security classifications used. All Potential Providers should make themselves aware of the changes as it may impact on this
requirement. The link below to the Gov.uk website provides information on the new GSC: https://
www.gov.uk/government/publications/government-security-classifications
III.2.2)Economic and financial ability
Potential Providers will be assessed in accordance with the Invitation to Tender (‘ITT’).
The Authority may take into account the following information;
a) a copy of your audited accounts for the most recent two (2) years
b) a statement of your turnover, profit and loss account/income statement cash, balance sheet/statement of financial position and statement of cash flow for the most recent year of trading;
c) a statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position; and/or an alternative means of demonstrating financial status.
Minimum level(s) of standards possibly required: As stated in the Invitation to Tender (ITT).
III.2.3)Technical capacity
Potential Providers will be assessed in accordance with Section 5 of the Public Contract Regulations 2015 implementing the Directive, on the basis of information provided in response to an ITT.
The Authority may take into account the following information:
(a) Two (2) suitable contract examples, from the public or private sector, where similar requirements to those sought under this Procurement have been performed. Contracts should have been performed during the past three (3) years. Customer contacts must be warned they may be contacted by Crown Commercial Service, to verify the accuracy of the information provided at any time;
(b) A list of the principal deliveries or main services provided over the past three (3) years, with the sums, dates and recipients, whether public or private, involved;
(c) A description of the technical facilities and measures used by the Potential Provider for ensuring quality and data security;
(d) An indication of the proportion of the contract which the Potential Provider intends possibly to Sub Contract.
Lot 1 and Lot 3 Suppliers shall be required to hold a valid Water Supply and Sewerage Licence formally granted by the Water Services Regulation Authority (Ofwat) in accordance with Section 17a of the Water Industry Act 1991 as substituted by Section 1 of the Water Act 2014.
Cyber Essentials is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further
reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. There are two (2) levels of certification: Cyber Essentials and Cyber Essentials Plus.
To participate in this Procurement, Potential Providers must be able to demonstrate that they comply with the technical requirements prescribed by Cyber Essentials for services under and in connection with this Procurement. Potential Providers may be awarded a place on the Framework Agreement but shall not enter into any Call Off Contract with Contracting Authorities until they are able to demonstrate to the Authority that they meet the technical requirements prescribed by Cyber Essentials for services under and in connection with this Procurement.
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redaction’s at the discretion of the Authority. The terms of the proposed Framework Agreement will also permit public sector Contracting Authorities, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redaction’s at the discretion of the Contracting Authorities.
Further information on transparency can be found at: ttps://www.gov.uk/government/publications/ procurement-and-contracting-transparency-requirements-guidance.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Lot 1 Quality. Weighting 30
2. Lot 1 Price. Weighting 70
3. Lot 2 Quality. Weighting 50
4. Lot 2 Price. Weighting 50
5. Lot 3 Quality. Weighting 50
6. Lot 3 Price. Weighting 50
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 070-122488 of 9.4.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 16.1.2017 – 15:00
Place:
Electronically, via web-based portal
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
A full copy of the procurement documentation for this Procurement will be available for unrestricted and full direct access, free of charge via the Authority’s website from the date of publication of the contract
notice: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline.
An eAuction may be used the Contracting Authority during Call Off Contract Agreement.
The Authority 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 Authority be liable for any costs incurred by the Potential Provider.
The duration referenced in Section II.3) is for the placing of Orders.
This Framework Agreement will be for an Initial Period of three (3) years, with the option to extend for up to one (1) further period of twelve (12) consecutive months at the Authority’s discretion.
The value provided in Section II.2.I) is only an estimate. We cannot guarantee to Suppliers any business through the Framework Agreement.
In the event that there is a substantive challenge to the Procurement and such challenge is confined to a single Lot, the Authority reserves the right to the extent that it is lawful to do so to conclude a Framework Agreement with the successful Potential Provider in respect of the Lot that has not been challenged.
Crown Commercial Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:
Please note Central Government departments may be subject to Government Digital Service approval before using the Framework Agreement.
Local Authorities
http://openlylocal.com/councils/all
http://www.idea.gov.uk/idk/org/la-data.do
www.ubico.co.uk Agent acting on behalf of Cheltenham Borough Council.
NDPBs https://www.gov.uk/government/organisations
National Parks Authorities http://www.nationalparks.gov.uk/
Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools
http://www.education.gov.uk/edubase/home.xhtml
Police Forces in the United Kingdom http://www.police.uk/?view=force_sites
http://apccs.police.uk/about-the-apcc/
Fire and Rescue Services in the United Kingdom
http://www.fireservice.co.uk/information/ukfrs
http://www.nifrs.org/areas-districts/
http://www.firescotland.gov.uk/your-area.aspx
NHS Bodies England
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx
Hospices in the UK
https://www.hospiceuk.org/?gclid=COiD1Kv_39ACFaQV0wodQHgILg
http://www.nahf.org.uk/hospice-directory.html
Registered Social Landlords (Housing Associations)
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Third Sector and Charities in the United Kingdom
http://www.charitycommission.gov.uk/find-charities/
http://www.oscr.org.uk/search-charity-register/
https://www.charitycommissionni.org.uk/ShowCharity/RegisterOfCharities/RegisterHomePage.aspx https://www.gov.uk/find-charity-information
http://www.oscr.org.uk/charities/search-scottish-charity-register
Citizens Advice in the United Kingdom http://www.citizensadvice.org.uk/index/getadvice.htm
www.cas.org.uk http://www.citizensadvice.co.uk/
Scottish Public Bodies
The Framework Agreement will be available for use by any Scottish Public Sector Body: the Authority; Scottish Non-Departmental Public Bodies; offices in the Scottish Administration which are not ministerial offices; crossborder public authorities within the meaning of section 88(5) of the Scotland Act 1998; the Scotland Office; the Scottish Parliamentary Corporate Body; councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint police boards or any successor National Police or Fire Authority; Scottish National Park authorities, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, Northern Lighthouse Board, Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sector in Scotland, associated and affiliated bodies including overseas campuses, any further or higher education institutions being fundable bodies within the meaning of section 6 of the Further and Higher Education (Scotland) Act 2005 any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.
Scottish Government http://www.scotland.gov.uk/Home Scottish Parliamenthttp://www.scottish.parliament.uk/abouttheparliament/27110.aspx Scottish Public Services Ombudsman Scottish Information Commissioner for Children and Young People in Scotland Scottish Commission for Human Rights Commission for Ethical Standards in Public Life in Scotland Standards Commission for Scotland Scottish Local Authoritieshttp://www.scotland.gov.uk/About/Government/councils http://www.scotland-excel.org.uk/home/AboutUs/OurMembers/AssociateMembers.aspx Scottish Agencies, NDPBshttp://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies Scottish NHS Bodieshttp://www.scotland.gov.uk/Topics/Health/NHS-Workforce/NHS-Boards Scottish Further and Higher Education Bodieshttp://www.universities-scotland.ac.uk/index.php?page=members http://www.apuc-scot.ac.uk/#!/membershttp://www.sfc.ac.uk/aboutus/council_funded_institutions/WhoWeFundColleges.aspx Scottish Policehttp://www.scotland.police.uk/your-community/ Scottish Housing Associationshttp://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/ The Scotland Officehttp://www.scotlandoffice.gov.uk/scotlandoffice/33.30.html Registered Social Landlords (Housing Associations) — Scotland
http://www.scotland.police.uk/police-stations/
http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Our_members.aspxhttp://www.scotland-excel.org.uk/Scottish Schools Primary Schools
http://www.ltscotland.org.uk/scottishschoolsonline/index.asp? schoolsearchstring=&addresssearchstring=&authority=&strTypes=isprimaryschool&bSubmit=1&Submit=Search
Secondary Schools
http://www.ltscotland.org.uk/scottishschoolsonline/index.asp? schoolsearchstring=&addresssearchstring=&authority=&strTypes=issecondaryschool&bSubmit=1&Submit=Search
Special Schools
http://www.ltscotland.org.uk/scottishschoolsonline/index.asp? schoolsearchstring=&addresssearchstring=&authority=&strTypes=isspecial&bSubmit=1&Submit=Search
Scottish Public Bodies
National Records of Scotland
Historic Scotland
Disclosure Scotland
Registers of Scotland
Scottish Qualification Authority
Scottish Courts Service
Scottish Prison Service
Transport Scotland
The Scottish Government Core Directorates
Highlands and Islands Enterprise
Crown Office & Procurator Fiscal Service
Scottish Police Authority
National Museums of Scotland
Scottish Children’s Reporter Administration
Scottish Enterprise
Scottish Environment Protection Agency
Scottish Legal Aid Board
Scottish Natural Heritage
Skills Development Scotland
Visit Scotland
Aberdeen City Council ,Aberdeenshire Council ,Angus Council ,Argyll and Bute Council ,City of Edinburgh Council ,Clackmannanshire Council,
Comhairle nan Eilean Siar ,Dumfries and Galloway Council,Dundee City Council ,East Ayrshire Council ,East Dunbartonshire Council ,East Lothian Council ,East Renfrewshire Council ,Falkirk Council ,Fife Council
Glasgow City Council ,Highland Council, Inverclyde Council ,Midlothian Council ,Moray Council, The North Ayrshire Council ,North Lanarkshire Council ,Orkney Islands Council ,Perth and Kinross Council
Renfrewshire Council ,Scottish Borders Council ,Shetland Islands Council
South Ayrshire Council ,South Lanarkshire Council ,Stirling Council
West Dunbartonshire Council ,West Lothian Council
Central Scotland Fire and Rescue Service ,Dumfries and Galloway Fire and Rescue Service ,Fife Fire and Rescue Service ,Grampian Fire and Rescue Service ,Highlands and Islands Fire and Rescue Service,
Lothian and Borders Fire and Rescue Service ,Strathclyde Fire and Rescue Service ,Tayside Fire and Rescue Service
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education for Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles
Scottish Ambulance Service
The Common Services Agency for the Scottish Health Service
The State Hospital for Scotland
Scottish Further Education and Higher Education http://www.universities-scotland.ac.uk/index.php?page=members
http://www.sfc.ac.uk/aboutus/council_funded_institutions/WhoWeFundColleges
Ayrshire College
Borders College
City of Glasgow College
Dumfries and Galloway College
Dundee and Angus College
Edinburgh College
Fife College
Forth Valley College
Glasgow Clyde College
Glasgow Kelvin College
Inverness College
Lews Castle College
Moray College
New College Lanarkshire
Newbattle Abbey College
North East Scotland College
North Highland College
Orkney College
Perth College
Sabhal Mor Ostaig
Shetland College
South Lanarkshire College
West College Scotland
West Highland College
West Lothian College
Albertay University
Edinburgh Napier University
Glasgow Caledonian University
Glasgow School of Art
Heriot-Watt University
Queen Margaret University
Robert Gordon University
Royal Conservatoire of Scotland
Scottish Association for Marine Science
SRUC
Royal Scottish Academy of Music and Drama
Scottish Agricultural College
UHI Millennium Institute
University of Aberdeen
University of Abertay Dundee
University of Dundee
University of Edinburgh (Edinburgh College of Art)
University of Glasgow
University of St Andrews
University of Stirling
University of Strathclyde
University of the Highlands and Islands
University of the West of Scotland
Scottish Funding Council
College Development Network
Argyll College
Highland Theological College
The James Hutton Institute
Fraunhöfer UK Research Limited
UHI Shared Services Limited
Cairngorms National Park Authority
Office of Scottish Charity Regulator
Forestry Commission Scotland
Audit Scotland
Welsh Public Bodies
National Assembly for Wales,
Welsh Assembly Government and Welsh Local Authorities, and all bodies covered by: http://www.assemblywales.org/abthome/abt-links.htm http://new.wales.gov.uk/about/civilservice/directorates/?lang=en NHS Wales http://www.wales.nhs.uk/ourservices/directoryHousing Associations — Registered Social Landlords Wales
NI Public Bodies Northern Ireland Government Departments
https://www.northernireland.gov.uk
Northern Ireland Public Sector Bodies and Local Authorities http://www.northernireland.gov.uk/az2.htm Schools in Northern Irelandhttp://www.nidirect.gov.uk/index/search.lsim?sr=0&nh=10&cs=iso-8859-1&sc=nidirectcms&sm=0&mt=1&ha=nidirect-cms&cat=Banner&qt=SCHOOLS
Universities in Northern Ireland
http://www.deni.gov.uk/links.htm#colleges
https://www.nidirect.gov.uk/contacts/housing-associations
https://www.nidirect.gov.uk/contacts
https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland
Health and Social care in Northern Ireland
http://www.hscni.net/index.php?link=hospitals http://www.hscni.net/index.php?link=boards http://www.hscni.net/index.php?link=agencieshttp://www.hscni.net/index.php?link=councils
Northern Ireland Housing Associations
http://www.nidirect.gov.uk/index/contacts/contacts-az.htm/housing-associations-contact Police Service of Northern Irelandhttp://www.psni.police.uk/index.htm
Police Service of Northern Ireland
http://www.psni.police.uk/index.htm
Entities which are not public sector bodies may also use the Framework Agreements if the Authority is satisfied that: such entity is calling off Goods and Services directly, solely and exclusively in order to satisfy contractual obligations to one (1) or more public sector bodies, all of which are entitled to use the Framework Agreements on their own account; all Goods and Services to be called-off by it are to be used directly, solely and exclusively to provide energy at sites occupied by such public sector body(ies); and it will pass the benefit of the Call-Off Contract to such public sector body(ies) directly, in full and on a purely ‘pass-through’ basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the supply of energy imposed on the relevant public sector body(ies), who must be able to benefit from the terms of the Framework Agreements in a like manner and to the same extent as if using the Framework Agreements on its/their own account.
This Framework Agreement will also be accessible for use by any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another Contracting Authority (listed above in this section VI.3) of this
notice;
(ii) subject to management supervision by another Contracting Authority (listed above in this section
VI.3) of this notice; or
(iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another Contracting Authority (listed above in this section VI.3) of this notice;
(iv) an association of or formed by one (1) or more of the Contracting Authorities (listed above in this section VI.3) of this notice.
VI.5)Date of dispatch of this notice:
Related Posts
Communal Water Services Contract London
Water Treatment Services – Invitation to Quote
Legionella Control Contract Portsmouth
Measured Term Contract for Legionella Prevention