Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
400 000 000.00
GBP
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
Quality criterion: Quality
/ Weighting: 30.00%
Price
/ Weighting:
70.00%
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
Quality criterion: Quality
/ Weighting: 30.00%
Price
/ Weighting:
70.00%
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
Quality criterion: Quality
/ Weighting: 30.00%
Price
/ Weighting:
70.00%
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
Quality criterion: Quality
/ Weighting: 30.00%
Price
/ Weighting:
70.00%
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 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
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:
2024/S 000-003271
Section V: Award of contract
Lot No: 1
Contract No: CA13297
Title: Provision of Electricity Supply
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/06/2024
V.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Ecotricity Group Ltd
Lion House, Rowcroft
Stroud
GL53BY
UK
Telephone: +44 7536997758
E-mail: gary.robinson@ecotricity.co.uk
NUTS: UK
Internet address(es)
URL: www.ecotricity.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Centrica Business Solutions UK Limited
Millstream, Maidenhead Road
Windsoe
SL4 5GD
UK
Telephone: +44 7557618448
E-mail: centricatenders@centrica.com
NUTS: UK
Internet address(es)
URL: https://www.centricabusinesssolutions.com/
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SSE Energy Supply Limited
No.1 Forbury Place, 43 Forbury Road
Reading
RG1 3JH
UK
Telephone: +44 1313355270
E-mail: energy.solutions@sse.com
NUTS: UK
Internet address(es)
URL: www.southern-electric.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Brook Green Supply Limited
80 Hammersmith Road, 4th Floor, 4th Floor
London
W14 8UD
UK
Telephone: +44 2078704941
E-mail: sales@brookgreensupply.com
NUTS: UK
Internet address(es)
URL: https://www.brookgreensupply.com/
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 200 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Contract No: CA13297
Title: Provision of Natural Gas Supply
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/06/2024
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Ecotricity Group Ltd
Lion House, Rowcroft
Stroud
GL53BY
UK
Telephone: +44 7536997758
E-mail: gary.robinson@ecotricity.co.uk
NUTS: UK
Internet address(es)
URL: www.ecotricity.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SSE Energy Supply Limited
No.1 Forbury Place, 43 Forbury Road
Reading
RG1 3JH
UK
Telephone: +44 1313355270
E-mail: energy.solutions@sse.com
NUTS: UK
Internet address(es)
URL: www.southern-electric.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Brook Green Supply Limited
80 Hammersmith Road, 4th Floor, 4th Floor
London
W14 8UD
UK
Telephone: +44 2078704941
E-mail: sales@brookgreensupply.com
NUTS: UK
Internet address(es)
URL: https://www.brookgreensupply.com/
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Centrica Business Solutions UK Limited
Millstream, Maidenhead Road
Windsoe
SL4 5GD
UK
Telephone: +44 7557618448
E-mail: centricatenders@centrica.com
NUTS: UK
Internet address(es)
URL: https://www.centricabusinesssolutions.com/
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 100 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Contract No: CA13297
Title: Supply of Metered and Unmetered Water, Metered and Unmetered Wastewater, Trade Effluent Services and Ancillary Services
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/06/2024
V.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Water Plus Ltd
South Court, Riverside Park
STOKE ON TRENT
ST4 4DA
UK
Telephone: +44 3450726072
E-mail: bids@water-plus.co.uk
NUTS: UK
Internet address(es)
URL: www.water-plus.co.uk
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 40 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Contract No: CA13297
Title: Energy Management Solutions
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/06/2024
V.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
CORENERGY LIMITED
Parkway Two, Parkway Business Park
MANCHESTER
M14 7LU
UK
Telephone: +44 1616949949
E-mail: info@cor-energy.co.uk
NUTS: UK
Internet address(es)
URL: www.cor-energy.co.uk
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Brook Green Supply Limited
80 Hammersmith Road, 4th Floor, 4th Floor
London
W14 8UD
UK
Telephone: +44 2078704941
E-mail: sales@brookgreensupply.com
NUTS: UK
Internet address(es)
URL: https://www.brookgreensupply.com/
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 60 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
(k) The figure in respect of Lot 4 section II.2.5 is incorrect and the correct figures should be:
Lot 4 Quality 100% Price 0%
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
10/06/2024