Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000257095
E-mail: angharad.simmonds@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://wales.gov
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Energy Service framework 2023-2027
Reference number: F023/2022/2023
II.1.2) Main CPV code
71314300
II.1.3) Type of contract
Services
II.1.4) Short description
Welsh Government invites tenders for a place on a four year framework, split into two lots. Lot 1 will cover Energy Services and Lot 2 will cover Carbon Emissions Reporting. Suppliers will have the opportunity to bid for one or more lots.
This is a replacement framework for the Energy Service Framework which was first established in March 2018. The aim of the new Energy Service Framework is to create a revitalised framework that builds in flexibility to incorporate additional decarbonisation actions in the future.
Lot 1 covers the Energy Service and will incorporate technical advice, financial guidance, grant management, and the sharing of best practice with public sector and community enterprises on the development of renewable energy and energy efficiency projects, while building capacity and capability in others.
Lot 2 covers Carbon Emissions reporting and will support the carbon reporting obligations for the public sector, a supplier with relevant technical knowledge is needed to manage and support the public sector community of practice, regularly update the reporting tool and guidance, collate and report on annual data submissions and make recommendations to the Welsh Government based on data submitted by public sector bodies.
A four year no commitment framework will be awarded, with an annual call-off of varying value as needed. It is intended that a single supplier will be awarded to each lot.
Flexibility is needed to ensure the Energy Service is able to adapt to changing priorities and growth in the relevant Welsh Government policy areas, as well as innovation in low carbon technologies, and changing market conditions.
Call off requirements are to be agreed with the successful contractor annually, following their submission of a delivery plan, which should address the required outputs specified by the contracting authority.
The service will provide support to Welsh Government on development of policy and operational activities, linking in with other programmes, for example in health, local government and education.
II.1.5) Estimated total value
Value excluding VAT:
30 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
The Energy Service
II.2.2) Additional CPV code(s)
71314300
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 1 – Energy Service:
This Lot is for the provision of the Energy Service. It provides technical advice, financial guidance, and grant management, as well as sharing of best practice with public sector and community enterprises on the development of renewable energy and energy efficiency projects, while building capacity and capability in others. It will also provide wider technical and strategic advice on areas such as:
Regional energy planning, electric vehicles and charging infrastructure, low carbon heat solutions, increasing capacity and capability, developing net zero plans, emissions reporting, decarbonising procurement, hydrogen, innovation, and other associated areas of work.
The service can be accessed by public sector organisations and community enterprises in Wales. There is potential for additional organisations to be added in the future, and bidders would need to remain flexible and adapt accordingly.
The successful supplier will be expected to work with other Welsh Government appointed suppliers and service providers, which includes a collaborative approach for the delivery of the Wales Funding Programme, Local Energy Fund, Invest to Save, and numerous non-repayable grants.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 75
Price
/ Weighting:
25
II.2.6) Estimated value
Value excluding VAT:
30 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Carbon Emissions Reporting
II.2.2) Additional CPV code(s)
71314300
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Lot 2 – Carbon Emissions Reporting:
To support the carbon reporting obligations for the public sector, a supplier with relevant technical knowledge is needed to manage and support the public sector community of practice, regularly update the reporting tool and guidance, collate and report on annual data submissions and make recommendations to the Welsh Government based on data submitted by public sector bodies.
Based on results and stakeholder feedback, the appointed supplier will also be required to adapt and continue to improve the reporting process, including updating spreadsheets, guidance, calculations and emission factors for the next reporting cycle.
The service will be accessed by public sector organisations, universities and colleges in Wales. There is potential for additional organisations to be included in the future.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 75
Price
/ Weighting:
25
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.2) Conditions related to 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 with several operators.
Envisaged maximum number of participants to the framework agreement: 2
IV.1.8) Information about 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:
2022/S 022-121810
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/11/2022
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
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
Date:
16/11/2022
Local time: 14:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
E-Tender Information:
https://etenderwales.bravosolution.co.uk
- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
- In order to log-in to the Platform please enter your Username and Password.
- Registration should only be performed once for each Organisation.
- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the
Helpdesk to gain access to the Platform.
- Tenders must be uploaded to the BravoSolution portal by 14:00. Late bids will not be accepted.
How To Find The ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The e-tender references for this contract are: project_51044 and itt_97060
- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the 'Express an Interest'
button. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the
‘Attachments’ area.
- Any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top
of this notice.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=107985
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s
economic and social objectives. In relation to the Framework
the Client wants Bidders to focus on the following Community Benefits:
Training and recruitment opportunities for: apprentices
Bidders should consider opportunities for recruiting and training the above groups as part of the workforce delivering the Framework.
It is important to ensure that Framework delivery achieves Community Benefits over and above the Framework itself and also is clearly
linked to the successful Bidder’s expertise and the subject of the Framework. The expectation is that any Non-Core Community Benefits
proposal will be delivered on a cost neutral basis.
The buyer considers that this contract is suitable for consortia.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=124782
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Please refer to the tender documents for more information. Community Benefits will be a Core requirement and will be evaluated as part of the Tender for Lot 1 only. A non-core community benefits proposal will be submitted for both lots.
(WA Ref:124782)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
12/10/2022