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