Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Utility Supply and Energy Management Solutions Framework

  • First published: 01 February 2024
  • Last modified: 01 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04361f
Published by:
University of Essex
Authority ID:
AA20012
Publication date:
01 February 2024
Deadline date:
04 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Lot will provide organisations across the entire public sector with access to electricity supply and additional services including Fixed, Passthrough and Flexible, Metered and UMS electricity supplies - Unmetered, Half Hourly and Non-Half Hourly electricity. The Lot will also provide access to other additional related services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Telephone: +44 1206872954

E-mail: philip.sweeting@essex.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.essex.ac.uk/

Address of the buyer profile: https://www.essex.ac.uk/

I.1) Name and addresses

Dukefield Energy Limited

167 Chorley New Road

Bolton

BL1 4RA

UK

Telephone: +44 7966040564

E-mail: steve.davies@dukefieldprocurement.co.uk

NUTS: UKD3

Internet address(es)

Main address: https://suppliers.multiquote.com

Address of the buyer profile: https://suppliers.multiquote.com

I.1) Name and addresses

Public Sector

University of Essex, Wivenhoe Park

Colchester

CO4 3SQ

UK

Telephone: +44 1206872954

E-mail: philip.sweeting@essex.ac.uk

NUTS: UK

Internet address(es)

Main address: https://suppliers.multiquote.com

Address of the buyer profile: https://suppliers.multiquote.com

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://suppliers.multiquote.com


Additional information can be obtained from another address:

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Telephone: +44 1206872954

E-mail: philip.sweeting@essex.ac.uk

NUTS: UK

Internet address(es)

Main address: https://www.essex.ac.uk/

Address of the buyer profile: https://www.essex.ac.uk/

Tenders or requests to participate must be sent electronically to:

https://suppliers.multiquote.com


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Utility Supply and Energy Management Solutions Framework

Reference number: CA13297 - ESSEX/DE/ENERGY/03

II.1.2) Main CPV code

09000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The Contracting Authority wishes to establish a Framework Agreement to meet the Utility Supply and Energy Management Solutions needs of the the University of Essex, https://www.essex.ac.uk/ and it is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords. Full details of the classification of eligible end user establishments and geographical areas is available at:

https://www.dukefieldenergy.co.uk/fts-eligible-users

There will be let across four Lots. There will be a maximum of 6 suppliers awarded a place on each of the Lots 1, 2 and 3 and a maximum of 15 suppliers on Lot 4.

II.1.5) Estimated total value

Value excluding VAT: 400 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 4 lots

Maximum number of lots that may be awarded to one tenderer: 4

II.2) Description

Lot No: 1

II.2.1) Title

Provision of Electricity Supply

II.2.2) Additional CPV code(s)

09310000

31682000

50411300

71314000

09300000

71314200

38554000

71314300

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

The Lot will provide organisations across the entire public sector with access to electricity supply and additional services including Fixed, Passthrough and Flexible, Metered and UMS electricity supplies - Unmetered, Half Hourly and Non-Half Hourly electricity. The Lot will also provide access to other additional related services.

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: 200 000 000.00  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: Yes

Description of options:

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

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

Provision of Natural Gas Supply

II.2.2) Additional CPV code(s)

38550000

09123000

71314300

50411200

71314200

71314000

45333200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

This framework Lot will provide organisations across the entire public sector with Natural Gas Supply including Non-Daily Metered and Daily Metered. The Lot will also provide access to a suite of Additional Services.

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: 100 000 000.00  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: Yes

Description of options:

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

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: 3

II.2.1) Title

Supply of Metered and Unmetered Water, Metered and Unmetered Wastewater, Trade Effluent Services and Ancillary Services

II.2.2) Additional CPV code(s)

71314000

38421100

39370000

71314300

71314200

50411100

65100000

71800000

65130000

71631430

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

Supply of Metered and Unmetered Water, Metered and Unmetered Wastewater, Trade Effluent Services and Ancillary Services

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: 40 000 000.00  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: Yes

Description of options:

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

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: 4

II.2.1) Title

Energy Management Solutions

II.2.2) Additional CPV code(s)

42124310

31174000

31156000

31681200

42511110

31518200

31682510

09332000

72212421

42122130

42122460

44622000

30234000

09331100

45261215

44622100

31154000

51112000

30232700

09331000

31527260

71314100

50232000

31121300

45251160

50111110

71315210

31422000

31121320

09330000

09300000

50232110

42511100

31682530

42530000

79411000

31321000

71314200

09331200

31121110

43134100

31121330

31320000

31158100

31200000

48421000

71314000

31221100

42122000

42533000

71314300

31000000

71315200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom

II.2.4) Description of the procurement

This Lot involves the delivery of a suite of Energy Managements Solutions including but not limited to the following Energy Management Solutions :

• Energy Management Consultancy Services

• Alternative Power: Heat Pumps

• Alternative Power: Solar Photovoltaics

• Alternative Power: Wind

• Electric Vehicle Charging

• Energy Efficiency Solutions

o LED Lighting

o Lighting Sensors

o Zone Control Units

o Voltage Optimisation

o Power Optimisation

o Central Control Units

o Emergency Lighting

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: 60 000 000.00  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: Yes

Description of options:

48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)

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: 33

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 04/03/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 04/03/2024

Local time: 12:00

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 University of Essex's Internal Reference Number is ESSEX/DE/ENERGY/03. The framework is being delivered by the University of Essex and its partners Dukefield Energy Ltd (who are a subsidiary of Dukefield Ltd). Dukefield Energy Ltd are acting as agents of the University of Essex in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at:

https://suppliers.multiquote.com

the tender is available from the opportunities menu on the login page of the site.

The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. The

University of Essex expressly reserves the rights:

(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;

(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;

(c) to award a contract covering only part of the it's requirements if explicitly detailed within the tender documentation;

(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;

(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;

(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;

(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications/ discussion documents to the market where appropriate to the subject matter of this procurement;

(h) the contracting authority will not be liable for any costs incurred by tenderers;

(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;

and

(j) the contracting authority wishes to establish a framework agreement open for use by all

Public Sector Bodies as stated in II.1.4).

Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:

Where, following the evaluation of bids, more than one tenderer on a Lot is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the Lot in question for the purpose of calculating the maximum number of suppliers under the framework.

The contracting authority will award a framework agreement to additional tenderers on a particular Lot beyond the stated maximum number for that Lot, where their final evaluation score (s) is within 0.5% of the last placed position only on the particular Lot. For the avoidance of doubt, the last placed position in respect of this framework on each lots 1, 2 and 3 is sixth, and in respect of Lot 4 is fifteenth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position on a lot, shall be deemed to occupy the last framework agreement contract award position for that particular lot.

VI.4) Procedures for review

VI.4.1) Review body

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Telephone: +44 1206872954

E-mail: philip.sweeting@essex.ac.uk

VI.4.2) Body responsible for mediation procedures

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Telephone: +44 1206872954

E-mail: philip.sweeting@essex.ac.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take

action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to

amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is

entered into.

VI.4.4) Service from which information about the review procedure may be obtained

University of Essex

Wivenhoe Park

Colchester

CO4 3SQ

UK

Telephone: +44 1206872954

E-mail: philip.sweeting@essex.ac.uk

VI.5) Date of dispatch of this notice

31/01/2024

Coding

Commodity categories

ID Title Parent category
42122460 Air pumps Pumps
31158100 Battery chargers Chargers
31422000 Battery packs Primary batteries
71315200 Building consultancy services Building services
71315210 Building services consultancy services Building services
30232700 Central controlling unit Peripheral equipment
50232110 Commissioning of public lighting installations Maintenance services of public-lighting installations and traffic lights
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
31681200 Electric pumps Electrical accessories
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
71314100 Electrical services Energy and related services
09310000 Electricity Electricity, heating, solar and nuclear energy
31200000 Electricity distribution and control apparatus Electrical machinery, apparatus, equipment and consumables; lighting
38554000 Electricity meters Meters
31321000 Electricity power lines Power distribution cables
31682000 Electricity supplies Electrical supplies and accessories
09300000 Electricity, heating, solar and nuclear energy Petroleum products, fuel, electricity and other sources of energy
31518200 Emergency lighting equipment Signalling lights
31682530 Emergency power supplies Electricity supplies
31682510 Emergency power systems Electricity supplies
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
72212421 Facilities management software development services Programming services of application software
48421000 Facilities management software package Facilities management software package and software package suite
45333200 Gas meter installation work Gas-fitting installation work
79411000 General management consultancy services Business and management consultancy services
42511110 Heat pumps Heat-exchange units and machinery for liquefying air or other gases
42511100 Heat-exchange units Heat-exchange units and machinery for liquefying air or other gases
44622100 Heat-recovery equipment Heat-recovery systems
44622000 Heat-recovery systems Central-heating radiators and boilers and parts
51112000 Installation services of electricity distribution and control equipment Installation services of electrical equipment
31156000 Interruptible power supplies Ballasts for discharge lamps or tubes
71631430 Leak-testing services Technical inspection services
31527260 Lighting systems Spotlights
50232000 Maintenance services of public-lighting installations and traffic lights Repair, maintenance and associated services related to roads and other equipment
38550000 Meters Checking and testing apparatus
09123000 Natural gas Gaseous fuels
65130000 Operation of water supplies Water distribution and related services
42124310 Parts of air pumps Parts of pumps, compressors, engines or motors
42533000 Parts of heat pumps Parts of refrigerating and freezing equipment and heat pumps
42530000 Parts of refrigerating and freezing equipment and heat pumps Cooling and ventilation equipment
09000000 Petroleum products, fuel, electricity and other sources of energy Energy and Related Services
31121110 Power converters Generating sets
31320000 Power distribution cables Insulated wire and cable
31221100 Power relays Electrical relays
31174000 Power supply transformers Transformers
42122000 Pumps Pumps and compressors
50411300 Repair and maintenance services of electricity meters Repair and maintenance services of measuring apparatus
50411200 Repair and maintenance services of gas meters Repair and maintenance services of measuring apparatus
50411100 Repair and maintenance services of water meters Repair and maintenance services of measuring apparatus
09331100 Solar collectors for heat production Solar panels
09330000 Solar energy Electricity, heating, solar and nuclear energy
09332000 Solar installation Solar energy
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
09331000 Solar panels Solar energy
09331200 Solar photovoltaic modules Solar panels
30234000 Storage media Computer-related equipment
43134100 Submersible pumps Oil-field machinery
31154000 Uninterruptible power supplies Ballasts for discharge lamps or tubes
50111110 Vehicle-fleet-support services Fleet management, repair and maintenance services
65100000 Water distribution and related services Public utilities
39370000 Water installations Miscellaneous equipment
38421100 Water meters Flow-measuring equipment
42122130 Water pumps Pumps
31121330 Wind turbine generators Generating sets
31121320 Wind turbines Generating sets
31121300 Wind-energy generators Generating sets
45251160 Wind-power installation works Construction works for power plants and heating plants

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
philip.sweeting@essex.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.