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

GLA81635 - Local Energy Consultancy Framework

  • First published: 24 July 2021
  • Last modified: 24 July 2021

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:
Published by:
Greater London Authority
Authority ID:
AA31088
Publication date:
24 July 2021
Deadline date:
17 September 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This sublot 1.1 includes expertise in early stage, strategic pre-feasibility studies (energy master planning, Local Area Energy Planning etc.) of low/zero carbon, DE networks as well as detailed feasibility studies to be able to decide to progress to detailed project design and development stage.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Greater London Authority

14 Pier Walk

London

SE10 0ES

UK

Contact person: Miss Shaheen Lodhi

E-mail: SHAHEENLODHI.CPT@TFL.GOV.UK

NUTS: UK

Internet address(es)

Main address: https://tfl.gov.uk

Address of the buyer profile: https://tfl.gov.uk

I.3) Communication

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

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


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

GLA81635 - Local Energy Consultancy Framework

Reference number: DN558723

II.1.2) Main CPV code

71314000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The purpose of this procurement is to establish a multi-supplier Framework Agreement for Local Energy Consultancy Services for the Greater London Authority (GLA), but may be utilised by a wide range of organisations as stated in the contract notice and including, but not limited to, the GLA group, Local Authorities, NHS Trusts, Housing Associations, educational establishments and private sector organisations.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1.1

II.2.1) Title

Lot 1 Technical SubLot 1.1 Pre-feasibility and Detailed Feasibility Studies For DE Projects

II.2.2) Additional CPV code(s)

71314000

71314300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This sublot 1.1 includes expertise in early stage, strategic pre-feasibility studies (energy master planning, Local Area Energy Planning etc.) of low/zero carbon, DE networks as well as detailed feasibility studies to be able to decide to progress to detailed project design and development stage.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: Yes

Lot No: 1.2

II.2.1) Title

Lot 1 - Technical - Sub-Lot 1.2 - Detailed Design and Project Development of Decentralised Energy Networks

II.2.2) Additional CPV code(s)

71314000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This sublot 1.2 includes expertise in the design and development stage of low/zero carbon DE generation and networks (including hybrid systems e.g. gas and renewable energy systems or heating/cooling and electricity systems) but with a focus on low/zero carbon heat networks. All stages of design and development are required to take the user to a stage where the energy network can be constructed/installed (or developed to a stage where a design, build, operate and maintain contract is tendered for).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: Yes

Lot No: 1.3

II.2.1) Title

Lot 1 - Technical - Sublot 1.3: Project development and design of renewable, distributed electricity generation and networks

II.2.2) Additional CPV code(s)

71314000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This sublot 1.3 covers expertise for the design and development of low/zero carbon decentralised power generation and networks, recognising there are different requirements to heat (or heat and power) networks regarding network design, equipment, design and safety standards etc. All stages of design and development are required to take the user to a stage where the energy network can be constructed/installed (or developed to a stage where a design, build, operate and maintain contract is tendered for).

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: Yes

Lot No: 1.4

II.2.1) Title

Lot 1 - Technical - Sublot 1.4 Energy modelling and mapping software development

II.2.2) Additional CPV code(s)

71314000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This sublot 1.4 covers expertise in using software for energy mapping and development of software for modelling of energy mapping for low/zero carbon, decentralised energy networks.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: Yes

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: Yes

Lot No: 2.1

II.2.1) Title

Lot 2 - Financial and Commercial Support, Sublot 2.1: Financial business cases/plans for DE projects, financial models, delivery vehicles, ownership and funding structures

II.2.2) Additional CPV code(s)

71314000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This sublot 2.1 covers expertise in financial support and advice around the economic viability and operability of DE networks.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: Yes

Lot No: 2.2

II.2.1) Title

Lot 2: Financial and Commercial Support:Sublot 2.2: Commercial Support and Documentation For DE Projects

II.2.2) Additional CPV code(s)

71314000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This sublot 2.2 covers commercial expertise in advising and supporting clients with all the commercial aspects of realising a low/zero carbon DE network

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: Yes

Lot No: 3

II.2.1) Title

Lot 3: Project Management Support

II.2.2) Additional CPV code(s)

71314000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The services provided under lot 3 (Project Management Support) aim to deliver project management expertise in the low/zero carbon decentralised energy network sector. Such support is needed for assisting those organisations who wish to progress low/zero carbon, decentralised energy schemes to installation but do not have the required project management capacity or capability in-house. This project management support may need to be provided throughout all stages of a DE project, i.e. from pre-feasibility up to and including construction and commissioning or just for one stage of a project.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: Yes

Lot No: 4

II.2.1) Title

Lot 4 - Multi-disciplinary

II.2.2) Additional CPV code(s)

71314000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The services provided under lot 4 (Multidisciplinary Support) aim to deliver all technical, commercial, financial and project management expertise required (post-feasibility stage) from project development and design through to project managing contractors on site at installation stage for low/zero carbon, decentralised energy networks.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: Yes

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.

Justification for any framework agreement duration exceeding 4 years:

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:

2020/S 204-497600

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

Date: 17/09/2021

Local time: 17:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 17/09/2021

Local time: 17:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This contract notice (and the associated procurement documents) are published in good

faith. No warranty is given as to the accuracy or completeness of the information contained

in it. Any liability for inaccuracy or incompleteness is expressly disclaimed by the GLA and

TfL and its advisors.

Nothing in this contract notice (nor in the associated procurement documents) will be taken

as constituting an offer (whether implied or otherwise) or any agreement, whether express

or implied between, the GLA/TFL, any other Contracting Authority and any other party. The

GLA/TFL reserves the right to withdraw from, cancel or amend the procurement process

and may award the Open Procedure Contract in whole, in part or not at all as a result of this

call for competition with no liability on its part.

Entering into the Framework Agreement does not guarantee any level of services and/or works will be called-off by the contracting authorities. Neither the GLA/TFL shall not be liable for any

costs or expenses incurred by any economic operator in considering and/or responding to

the procurement process and/or resulting from any amendment or cancellation of this

procurement exercise.

Bidders submit a response to the SSQ at their own risk. All discussions and meetings will be

conducted in English.

Tenders and supporting documents must be priced in Pounds Sterling and all payments

made under the Contract will be in Pounds Sterling.

To express an interest in this tender, Bidders need to complete and submit a response to the

SSQ and ITT in response to the deadline in Section IV.2.2. To access the procurement

documents and complete and submit the SSQ, Bidders will need to be registered on the

Client's online eTendering portal. To register or to check if you are already registered log on

to https://procontract.due-north.com. Further instructions and guidance are included in the

SSQ and other procurement documents.

Bidders must read the instructions carefully before proceeding with registration and are

advised to satisfy themselves that they understand all the requirements of the procurement

and terms of the contract and the rules of the procurement process before submitting their tender response. Video tutorials, FAQ’s and help pages are included in the Help Centre

‘Responding to Tenders’ section of the eTendering website

(https://supplierhelp.due-north.com/).

For further assistance consult the online help, contact ‘log a ticket’ on the supplier support

portal (http:// www.proactis.com/Support) at the first instance. Messages are to be sent to

the Client via the messages area on the portal where support is unresolved.

VI.4) Procedures for review

VI.4.1) Review body

HM Courts and Tribunal Service

London

London

WC2A 2LL

UK

E-mail: shaheenlodhi@tfl.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with the Public Contracts Regulations 2015 (S.I. 2015/102), Part 3.

Please note that award decision notices (standstill letters) will be issued under Regulation

86 (and a Regulation 87 standstill period will be observed) at the completion of the ITT stage.

This Framework Agreement can used upon award by all the following:

All Central Government Bodies

All Wider Public Sector Bodies

A local asset backed vehicle or asset investment vehicle between a body listed and a private sector partner. Housing Associations in the UK.

A Minister of the Crown.

Acute trust (NHS).

Arms Length management organisations (ALMOs).

Almshouses.

Ambulance trusts.

British Broadcasting Corporation (BBC).

British Rail Board (residuary).

British Waterways.

Business Innovation and skills.

Care trusts.

Central government departments, their agencies and non-departmental public bodies.

Community health councils.

Community land trusts.

Crossrail Ltd.

Crossrail 2

Department for communities and local government.

Defence infrastructure organisation.

Bepartment for Business and Enterprise (BEIS)

Department for Environment, Food and Rural Affairs.

Department for Culture Media and Sport.

Department for health arm’s length bodies.

Department for Transport.

Department of Education.

Driver and Vehicle Licensing Agency.

Education establishments, institutions and organisations.

Environment Agency.

Essex Wildlife Trust.

Extracare providers.

Fire authority.

G15 members.

G320 members.

General practitioners.

Greater London Authority.

Greater London Authority group.

High Speed 2.

Highways agency.

Historic London

Home office.

House of Parliament

Judicial system (Ministry of justice).

L9 group of housing associations in London.

Land Registry.

Lee valley regional park authority.

London Economic Action Partnership.

Local Enterprise Partnerships.

Local authorities.

Local development agencies.

Local health boards.

London & Continental Railways Ltd.

London boroughs (all 33) & City of London.

London Fire and Emergency Planning Authority.

London Legacy Development Corporation.

London Wildlife Trust.

Mayoral development corporation established under the Localism Act 2011. Mental health trusts.

Metropolitan Police Authority.

Ministry of Defence.

National Housing Federation.

National Trust.

Natural England.

NDA properties Ltd.

Network Rail.

NHS

NHS foundations trusts.

NHS hospital trusts.

NHS property services Ltd.

Nuclear Decommissioning Authority.

Oil & Pipeline Agency.

Old Oak and Park Royal Development Corporation (OPDC)

Port of London Authority.

Primary care trusts.

Registered providers.

Royal Docks Management Authority.

Royal Mail.

Royal Parks.

Royal Society for the Protection of Birds.

Special health authorities.

Strategic health authorities.

The Crown Estate.

Thames Chase Trust.

Transport for London and its subsidiaries.

Vehicle and Operator Services Agency.

Private Sector Organisations (following Public Sector UK Law)

VI.5) Date of dispatch of this notice

23/07/2021

Coding

Commodity categories

ID Title Parent category
71314000 Energy and related services Consultative engineering and construction services
71314300 Energy-efficiency consultancy services Energy and related 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:
SHAHEENLODHI.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.