Energy Procurement and Consultancy Framework
Places for People are seeking to appoint on a sole supply basis a qualified service provider who can deliver a series of Energy Procurement and Consultancy Services.
United Kingdom-Preston: Energy-management services
2015/S 112-203051
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Places for People Group Limited
Group Support Centre
Contact point(s): All queries through www.housingprocurement.com
PR2 2YB Preston
UNITED KINGDOM
Telephone: +44 1772897200
E-mail: energy@placesforpeople.co.uk
Internet address(es):
General address of the contracting authority: http://www.placesforpeople.co.uk
Address of the buyer profile: http://www.housingprocurement.com
Electronic access to information: http://www.housingprocurement.com
Electronic submission of tenders and requests to participate: http://www.housingprocurement.com
Further information can be obtained from: Places for People Group Limited
Group Support Centre
Contact point(s): All queries through www.housingprocurement.com
PR2 2YB Preston
UNITED KINGDOM
Telephone: +44 1772897200
E-mail: energy@placesforpeople.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Places for People Group Limited
Group Support Centre
Contact point(s): All queries through www.housingprocurement.com
PR2 2YB Preston
UNITED KINGDOM
Telephone: +44 1772897200
E-mail: energy@placesforpeople.co.uk
Tenders or requests to participate must be sent to: Places for People Group Limited
Group Support Centre
Contact point(s): All queries through www.housingprocurement.com
PR2 2YB Preston
UNITED KINGDOM
Telephone: +44 1772897200
E-mail: energy@placesforpeople.co.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Please refer to II.2.1 Total quantity or scope for link to public sector eligibility list
UNITED KINGDOM
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
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Places for People are seeking to appoint on a sole supply basis a qualified service provider who can deliver a series of Energy Procurement and Consultancy Services which will be utilised and owned by Places for People. It is intended that the Framework Agreement will be capable of being used by contracting authorities in the United Kingdom and can be found.
II.1.6)Common procurement vocabulary (CPV)
71314200, 71314000, 71314300
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The principle of the Energy Procurement and Consultancy Framework is to establish an all-encompassing end to end service offering to the wider public sector for cost effective, high quality and compliantly procured energy procurement and consultancy related services that Places for People and other contracting authority clients require and market the services ensuring quality and value for money allowing a range of contracting authorities to join the Hub and use the services.
Places for People are committed to working with companies who are supportive and adhere to the principles of Ofgem’s drive towards mandating a code of practice for Third Party Intermediaries (TPIs) within the energy sector that promotes best practice, transparency, fairness and honesty. Companies will therefore need to provide experiential evidence that demonstrates they adhere to the elements within the Ofgem TPI Code of Practice.
Places for People’s framework members will be a wide variety of public sector clientele including social housing providers (who may have complex non-static stock portfolios) differing in scale, geography and strategies, which creates a complex and varied environment in which the services may be delivered. Companies will need to demonstrate that they understand the challenges and requirements of wider public sector clientele with examples and how this factored into advice and service delivery.
The appointed service provider should be competent in the provision of the services listed.
1) Energy Procurement Service;
To include the following elements:
— Analysis of existing tariffs;
— Analysis of existing invoices;
— Budget analysis;
— Data collation;
— Stock profiling;
— Support on strategy development;
— Risk analysis;
— Alignment of contract with customer’s energy strategy;
— Bid management;
— Offer analysis;
— Analysis and review of Energy Providers contract t&cs;
— Contract Implementation;
— Detailed Procurement Report;
— Savings analysis Full account / contract management;
2) Full Bill Validation Service;
3) Energy Consultancy Service;
To include the following elements:
— Energy Procurement;
— Energy Management / Reduction;
— Sustainability;
— Carbon Reduction Commitment;
— ESOS;
— The Heat Metering (Metering and Billing) Regulations 2014 Policy and Strategy Development;
— Regulatory Compliance;
— Legislation;
— ISO Accreditations;
As a minimum requirement Places for People and its framework members will be able to access contractual information (i.e billing and consumption) through an online portal free of charge.
Places for People are seeking to appoint one supplier onto the framework. The duration of the Framework Agreement is intended to last for a period of four years. Call-offs may be made in the final year of the Framework Agreement which may extend the durations beyond this period. It is intended that this Framework Agreement will be capable of being used by other Contracting Authorities in UK. This procurement is being undertaken by the contracting authority for itself and as lead authority for the benefit of other organisations set out below as referred to Annex A (without any obligation for them to participate) of the OJEU notice (and any successor body of any of the organisations listed) and for the benefit of any Contracting Authority that may fall within the geographical remit of this agreement.
A full public sector eligibility list is given in the below link.
http://procurementhub.co.uk/media/1118/nationwide-public-sector-eligibility-list_thl_120021279_3.doc
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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
Description of particular conditions: Under the contract, the service provider and its supply chain may be required to participate in the achievement of social and/or environmental policy objectives. Accordingly, the contract performance conditions may relate in particular to social and environmental considerations to be detailed in the contract documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the contract documents.
III.2.3)Technical capacity
(a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority,
— where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied:
(i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so request;
(ii) certificates drawn up by official quality control institutes or agencies of recognized competence attesting the conformity of products clearly identified by references to specifications or standards.
Minimum level(s) of standards possibly required:
As set out in the contract documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority reserves the right to cancel the procurement and not to proceed with the award of any contract at any stage of the procurement process and/or to award only part or parts of any contract. Save for any mandatory periods, the time-scales indicated in this notice are approximate and the Contracting Authority reserved the right to amend the same. The Contracting Authority intends to use an eTendering system in this procurement exercise. Companies can express interest in this procurement by accessing Due North Housing Procurement Portal —http://www.housingprocurement.com Tender responses should be fully completed and submitted on-line using Due North no later than the date and time quoted in IV.3.4.
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
VI.4.3)Service from which information about the lodging of appeals may be obtained
Crown Commercial Services
1 Horse Guard’s Road
SW1A 2HQ London
UNITED KINGDOM
VI.5)Date of dispatch of this notice: