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

GLA 82559 Zero Carbon Accelerator (ZCA) Single Supplier Framework Agreement

  • First published: 19 January 2024
  • Last modified: 19 January 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-03f5ab
Published by:
Greater London Authority (GLA)
Authority ID:
AA72634
Publication date:
19 January 2024
Deadline date:
13 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This procurement is for the award of a collaborative single supplier Framework Agreement. This will be a collaborative Framework Agreement to be used by the Greater London Authority (GLA), ("the Contracting Authority"), the Greater London Authority Group and Transport for London Group and any of their functional bodies as well as other Authorities ("Framework Users"/"User Bodies") in the United Kingdom. A full list of potential Authorities ("Framework Users"/"User Bodies") is provided below under: Section VI. Complementary information VI.3 Additional information

These organisations will be able to quickly procure their own additional support from the single appointed Service Provider, without need for further competition. It also provides the ability for GLA to quickly expand the support programme if more funding becomes available in the future.

The Framework Agreement will be awarded based on the Most Economically Advantageous Tender (MEAT) in terms of Quality/Technical 60%, Social Value 10% and Commercial/Price 30%).

The award criteria have been developed to assist the Framework Agreement Contracting Authority in deciding which bidder to award a Framework Agreement as well as an initial GLA Call-Off Contract and any further Call-Off Contracts on the basis that their response represents the most economically advantageous tender. The award criteria are for the proposed Framework Agreement and the initial GLA Call-Off Contract.

At the same time as the Framework Agreement is awarded the GLA intends to also award an initial two-year Call-Off Contract.

Transfer of Undertakings (Protection of Employment) (TUPE)

The Transfer of Undertakings (Protection of Employment) Regulations 2006 applies to these services. It is the responsibility of Potential Service Providers to take their own advice and consider TUPE implications and to act accordingly. The Potential Service Providers are encouraged to carry out their own due diligence exercise. The GLA, the Framework Agreement Contracting Authority will be providing the information provided by the current Service Providers in good faith.

Please carefully read this entire Contract Notice and register your interest as soon as possible as per "Instructions on How to Register Your Interest" provided in V.I.3 additional information below.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Greater London Authority (GLA)

City Hall, Kamal Chunchie Way

London

E16 1ZE

UK

Contact person: Claudia Newman

Telephone: +44 2030540751

E-mail: claudianewman.cpt@tfl.gov.uk

NUTS: UKI

Internet address(es)

Main address: www.tfl.gov.uk

Address of the buyer profile: https://www.london.gov.uk/

I.3) Communication

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

https://tfl.gov.uk/info-for/suppliers-and-contractors/opportunities


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://service.ariba.com/Supplier.aw


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


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

GLA 82559 Zero Carbon Accelerator (ZCA) Single Supplier Framework Agreement

Reference number: GLA 82559

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Greater London Authority (GLA) wishes to procure a four-year single-supplier Framework Agreement for the delivery of a new Zero Carbon Accelerator (ZCA) programme. The GLA envisages that the Framework Agreement will be awarded to a single Service Provider or consortium of Service Providers to deliver a capacity and capability building service to accelerate London's decarbonisation activities. This new support service, currently with the working title of 'Zero Carbon Accelerator (ZCA)', will be central to the GLA's aim to collaborate with organisations to help them achieve net zero carbon emissions by 2030.

This is a new exciting opportunity for bidding consultancy organisations. The GLA intend to award an initial two-year Call-Off Contract worth £9m over the two years, whilst estimating the cumulative value of these consultancy services through the Framework Agreement may increase up to £150m through direct awards by the GLA and all other organisations, Authorities (Framework Users/User Bodies).

We encourage bids by consortiums or lead-suppliers that include multiple suppliers to directly participate. This includes the involvement of small/medium enterprises and organisations in the third sector or public sector; the GLA encourages a proportion of contract value to go to SMEs.

The appointed single Service Provider or consortium of Service Providers will have demonstrable ability to provide high standard technical low carbon consultancy services covering a range of disciplines, including: programme co-ordination; marketing / engagement approach; strategic net zero planners; delivery project management; general technical support; technical experts in a range of areas including solar, local energy planning, domestic and non-domestic property analysis, low carbon heating, and building systems; public procurement; training / skills development; financial (general, not advice); funding / grant applications; knowledge management methods; grant management.

Please carefully read this entire Contract Notice, and register your interest as soon as possible as per "Instructions on How to Register Your Interest" provided in V.I.3 additional information below.

II.1.5) Estimated total value

Value excluding VAT: 150 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71310000

79410000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

Greater London

II.2.4) Description of the procurement

This procurement is for the award of a collaborative single supplier Framework Agreement. This will be a collaborative Framework Agreement to be used by the Greater London Authority (GLA), ("the Contracting Authority"), the Greater London Authority Group and Transport for London Group and any of their functional bodies as well as other Authorities ("Framework Users"/"User Bodies") in the United Kingdom. A full list of potential Authorities ("Framework Users"/"User Bodies") is provided below under: Section VI. Complementary information VI.3 Additional information

These organisations will be able to quickly procure their own additional support from the single appointed Service Provider, without need for further competition. It also provides the ability for GLA to quickly expand the support programme if more funding becomes available in the future.

The Framework Agreement will be awarded based on the Most Economically Advantageous Tender (MEAT) in terms of Quality/Technical 60%, Social Value 10% and Commercial/Price 30%).

The award criteria have been developed to assist the Framework Agreement Contracting Authority in deciding which bidder to award a Framework Agreement as well as an initial GLA Call-Off Contract and any further Call-Off Contracts on the basis that their response represents the most economically advantageous tender. The award criteria are for the proposed Framework Agreement and the initial GLA Call-Off Contract.

At the same time as the Framework Agreement is awarded the GLA intends to also award an initial two-year Call-Off Contract.

Transfer of Undertakings (Protection of Employment) (TUPE)

The Transfer of Undertakings (Protection of Employment) Regulations 2006 applies to these services. It is the responsibility of Potential Service Providers to take their own advice and consider TUPE implications and to act accordingly. The Potential Service Providers are encouraged to carry out their own due diligence exercise. The GLA, the Framework Agreement Contracting Authority will be providing the information provided by the current Service Providers in good faith.

Please carefully read this entire Contract Notice and register your interest as soon as possible as per "Instructions on How to Register Your Interest" provided in V.I.3 additional information below.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 60

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 150 000 000.00  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

II.2.14) Additional information

Not applicable

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:

In the tender documentation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Selection criteria as stated in the procurement documents


Minimum level(s) of standards required:

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

List and brief description of selection criteria:

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 a single operator.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-024534

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

Date: 13/03/2024

Local time: 12:00

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

EN

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: 13/03/2024

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.3) Additional information

Instructions on how to register your interest in this opportunity and access the Invitation to Tender (ITT) documents:

Please send an email as soon as possible to Claudia Newman, the Procurement Lead (email: ClaudiaNewman.cpt@tfl.gov.uk ) informing us of your interest in participating in this Open Tender Procedure.

The procurement process for the GLA Zero Carbon Accelerator is being carried out electronically via the SAP Ariba Portal. To be able to participate in the tender you must be registered on TfL's SAP Ariba.

If you are not yet registered on the SAP Ariba Portal

You are advised to register as soon as possible to access the Invitation To Tender documents (ITT) and to submit a tender proposal via the SAP Ariba Portal by the deadline.

You can find the Supplier Self-registration Request Form via the link below:

https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL

As soon as you have successfully registered on the SAP Ariba Portal please send an email to Claudia Newman, the Procurement Lead (email: ClaudiaNewman.cpt@tfl.gov.uk confirming that you have successfully registered on the SAP Ariba Portal under your company and providing the company name you are registered under and I will add you to the competition process, i.e. the Sourcing Event on TfL's SAP Ariba.

If you are already registered on the SAP Ariba Portal.

Please send an email to Claudia Newman, the Procurement Lead, (email: ClaudiaNewman.cpt@tfl.gov.uk) confirming that you are registered under your company and providing the company name you are registered under, I will add you to the competition process, i.e. the Sourcing Event on TfL's SAP Ariba.

Please note:

• Your tender proposal must be submitted via the SAP Ariba Portal before the deadline.

• You are advised to allow plenty of time to fully upload your full tender proposal and complete the SAP Ariba steps required to ensure your submission has been fully and correctly submitted. If you have any issues please contact the Ariba Supplier Enablement Team as soon as possible. Ariba_supplier_enablement@tfl.gov.uk.

Upon award the Framework Agreement is for use by the Greater London Authority (GLA), ("the Contracting Authority"), the Greater London Authority Group and Transport for London Group and any of their functional bodies as well as other Authorities ("Framework Users"/"User Bodies") in the United Kingdom and which fall into one or more of the following categories:

1. Any of the following organisations, and any of their successors:

(a) Ministerial government departments;

(b) Non ministerial government departments;

(c) Executive agencies of government and other subsidiary bodies

(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;

(e) All non-Crown Status Government Companies wholly or partly owned by Central Government Departments and their subsidiaries. Assembly Sponsored Public Bodies (ASPBs);

(f) Police forces;

(g) Fire and rescue services;

(h) Ambulance services;

(i) Maritime and coastguard agency services;

(j) NHS bodies;

(k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;

(l) Hospices;

(m) National Parks;

(n) Housing associations, including registered social landlords;

(o) Third sector and charities;

(p) Citizens advice bodies;

(q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;

(r) Other Public Bodies and Public corporations and their subsidiary bodies sponsored by Central Government Departments which are not covered by named categories in this Authorised Customer list;

(s) Public financial bodies or institutions;

(t) Public pension funds;

(u) Central banks; and

(v) Civil service bodies, including public sector buying organisations.

(w) Community and Cultural Institutions

All new bodies created which fall within the criteria of this 1) Authorised Customer list

2. Those listed and maintained by the Government on their website at

https://www.gov.uk/government/organisations or any replacement web-link.

3. Those listed and maintained by the Office of National Statistics (ONS) at

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement web-link.

4. Those set out in the definition of "Contracting Authority" in regulation 2(1) of the Public Contracts Regulations 2015 (PCR), namely:

(a) the State, regional or local authorities. This covers parliament, central government, regional government and local government;

(b) associations formed by one or more regional or local authorities;

(c) bodies governed by public law, as defined under regulation 2(1) of PCR, including any subsidiary and sponsoring department of such bodies. A body which operates in normal market conditions, aims to make a profit, and bears the losses resulting from the exercise of its activity shall not be considered as being a 'body governed by public law' since the needs in the general interest, that it has been set up to meet or been given the task of meeting, can be deemed to have an industrial or commercial character;

(d) associations formed by one or more bodies governed by public law, including any (applicable) joint venture or corporation; and

(e) central government authorities, as defined under regulation 2(1) of PCR, and listed in Schedule 1 PCR

Please note:

1) This procurement is being conducted in accordance with the Framework Agreement Contracting Authority's drive to deliver best value whilst meeting its own requirements. At the end of this procurement process, the Framework Agreement Contracting Authority may choose to award or not award a Framework Agreement and an initial GLA Call-Off Contract for the Zero Carbon Accelerator (ZCA). Any Framework Agreement and/or Call-Off Contracts, will be to the Bidder, who submitted the most economically advantageous tender.

The Authority also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a Framework Agreement / Contract, whether such discontinuance is related to the content of tenders or otherwise. In such circumstances, the Authority will not reimburse any costs/expenses incurred by any person in the consideration of and / or response to this document. You make all tenders, proposals and submissions relating to this ITT entirely at your own risk. You are reminded that you are solely responsible for the costs, which you incur, as a result of your participation in this procurement.

2) Nothing in this Contract Notice (and associated procurement documents) will be taken as constituting an offer (whether implied or otherwise), or any agreement, whether express or implied between the Authority and any other party.

3) Entering into this Framework Agreement does not guarantee any level of Services that will be called-off by the Greater London Authority (GLA) and/or any other authority.

4) Economic Operators must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of this procurement

5) Transport for London (TfL) is a complex organisation operating both as an executive agency of the Greater London Authority (GLA) under the direction of the Mayor of London and as provider of transport services. The scope of the proposed services may encompass activities within the scope of both Directive 2014/24/EU of the European Parliament and of the Council and Directive 2014/25//EU of the European Parliament and of the Council (Services to be provided in relation to activities will not be subject to a separate notice, the services may be provided to the GLA, TfL and/or its subsidiaries and may also encompass London Regional Transport (LRT) and/ or the GLA and any of the functional bodies).

6) Further information on TfL may be found at www.tfl.gov.uk and https://www.tfl.gov.uk/corporate/publications-and-reports/procurement-information

7) All discussions and meetings will be conducted in English.

VI.4) Procedures for review

VI.4.1) Review body

Transport for London

London

UK

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

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

Transport for London

London

UK

E-mail: ClaudiaNewman.cpt@tfl.gov.uk

Internet address(es)

URL: https://www.london.gov.uk

VI.5) Date of dispatch of this notice

17/01/2024

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
79410000 Business and management consultancy services Business and management consultancy and related services
71310000 Consultative engineering and construction services Engineering services

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:
claudianewman.cpt@tfl.gov.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.