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 Award Notice

Utility Supply and Energy Management Services Framework

  • First published: 10 September 2022
  • Last modified: 10 September 2022

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-034f81
Published by:
University of Essex
Authority ID:
AA20012
Publication date:
10 September 2022
Deadline date:
-
Notice type:
Contract Award 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 additional related services.

Full notice text

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 7513480033

E-mail: nick.gauntlett@dukefieldenergy.co.uk

NUTS: UK

Internet address(es)

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

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

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 Services Framework

Reference number: CA10354 - ESSEX/UPG/ENERGY/02

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 Services needs of 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 seven Lots. There will be a maximum of 6 suppliers awarded a place on each of the Lots

II.1.6) Information about lots

This contract is divided into lots: Yes

II.2) Description

Lot No: 1

II.2.1) Title

Electricity Supply and Additional Services

II.2.2) Additional CPV code(s)

09000000

09310000

71314000

71314200

71314300

38554000

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 additional related services.

II.2.5) Award criteria

Cost criterion: Notice is cancelled / Weighting: 100.00%

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

Natural Gas Supply

II.2.2) Additional CPV code(s)

50411200

71314300

09123000

71314000

71314200

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

Cost criterion: Notice is cancelled / Weighting: 100.00%

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)

71314200

71631430

65100000

39370000

50411100

38421100

71800000

65130000

71314000

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

This framework lot provides organisations across the entire public sector with access to the supply of metered and unmetered water, metered and unmetered wastewater, trade effluent services and ancillary services

II.2.5) Award criteria

Cost criterion: Notice is cancelled / Weighting: 100.00%

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 Efficiency Solutions

II.2.2) Additional CPV code(s)

50232110

31174000

31518200

31500000

31320000

31154000

31682530

30237280

30232700

31156000

31000000

50232000

31527260

31682510

31321000

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 access to a comprehensive suite of energy efficiency solutions including, but not limited to:

• LED Lighting

• Lighting Sensors (occupancy, heat detection, daylight sensing, movement detection etc)

• Zone Control Units

• Voltage Optimisation

• Power Optimisation

• Central Control Units – time and zone controls

• Emergency Lighting

II.2.5) Award criteria

Cost criterion: Notice is cancelled / Weighting: 100.00%

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: 5

II.2.1) Title

Onsite Generation - Solar Photovoltaics

II.2.2) Additional CPV code(s)

09331100

30234000

31158100

09331000

09332000

09300000

45261215

09330000

31422000

09331200

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 will provide access to a comprehensive range of Solar Photovoltaic Panels and associated equipment and services. The Lot will provide organisations across the entire public sector with access to such onsite solar photovoltaic generation supplies and associated services. This will include but not be limited to the supply of:

• 60 Cell Solar PV Panels

• 72 Cell solar PV Panels

• 96 Cell solar PV Panels

• Inverters

• Mounting materials

• AC and DC Isolators

• Cabling

• Access to EMIG (or similar) portal

II.2.5) Award criteria

Cost criterion: Notice is cancelled / Weighting: 100.00%

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: 6

II.2.1) Title

Onsite Generation - Heat Pumps

II.2.2) Additional CPV code(s)

71314100

51112000

71314200

42511110

42511100

42122130

44622000

42124310

72212421

48421000

42533000

31200000

71315210

31681200

44622100

71314300

42122460

65300000

42530000

71314000

43134100

42122000

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 provides organisations across the entire public sector with the supply of Heat Pumps and associated services. The lot provides access to, but is not limited to, the following:

• Ground Source Heat Pumps

• Water Source Heat Pumps

• Air Source Heat Pumps

II.2.5) Award criteria

Cost criterion: Notice is cancelled / Weighting: 100.00%

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: 7

II.2.1) Title

Supply of Metering Services and Building Energy Management Software

II.2.2) Additional CPV code(s)

71314100

72212421

51112000

48422000

38410000

50411200

48421000

48482000

38421100

48517000

71314200

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 provides organisations across the entire public sector with the supply of metering services and building energy management systems and software. The lot provides access to, but is not limited to, the following:

• Half Hourly Meter Operator (HH MOP) Contracts

• Half Hourly Data Collector Contracts (can be in conjunction with HH MOP Contracts)

• Half Hourly Data Aggregator Contracts (can be in conjunction with HH MOP Contracts)

• Automated Meter Reading equipment (AMR / Data Loggers)

• Sub-metering

• Building Energy Management Automated Control Systems

• Building Energy Management Software

II.2.5) Award criteria

Cost criterion: Notice is cancelled / Weighting: 100.00%

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:

2022/S 000-018649

Section V: Award of contract

Lot No: 1

Contract No: CA10354

Title: Electricity Supply and Additional Services

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 2

Contract No: CA10354

Title: Natural Gas Supply

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 3

Contract No: CA10354

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

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 4

Contract No: CA10354

Title: Energy Efficiency Solutions

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 5

Contract No: CA10354

Title: Onsite Generation - Solar Photovoltaics

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 6

Contract No: CA10354

Title: Onsite Generation - Heat Pumps

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section V: Award of contract

Lot No: 7

Contract No: CA10354

Title: Supply of Metering Services and Building Energy Management Software

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.3) Additional information

The University of Essex's Internal Reference Number is ESSEX/UPG/ENERGY/02. The framework is being delivered by the University of Essex and its partners Dukefield Energy Ltd (who are a subsidiary of Dukefield Group 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 lot is sixth 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: phil.sweeting@essex.ac.uk

Internet address(es)

URL: https://www.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: phil.sweeting@essex.ac.uk

Internet address(es)

URL: https://www.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: phil.sweeting@essex.ac.uk

Internet address(es)

URL: https://www.essex.ac.uk/

VI.5) Date of dispatch of this notice

09/09/2022

Coding

Commodity categories

ID Title Parent category
42122460 Air pumps Pumps
31158100 Battery chargers Chargers
31422000 Battery packs Primary batteries
71315210 Building services consultancy services Building services
48482000 Business intelligence software package Sales, marketing and business intelligence software package
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
65300000 Electricity distribution and related services Public utilities
38554000 Electricity meters Meters
31321000 Electricity power lines Power distribution cables
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
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
48517000 IT software package Communication software package
71631430 Leak-testing services Technical inspection services
31500000 Lighting equipment and electric lamps Electrical machinery, apparatus, equipment and consumables; lighting
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
38410000 Metering instruments Instruments for checking physical characteristics
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
31320000 Power distribution cables Insulated wire and cable
30237280 Power supply accessories Parts, accessories and supplies for computers
31174000 Power supply transformers Transformers
42122000 Pumps Pumps and compressors
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
48422000 Software package suites Facilities management software package and software package suite
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
65100000 Water distribution and related services Public utilities
39370000 Water installations Miscellaneous equipment
38421100 Water meters Flow-measuring equipment
42122130 Water pumps Pumps

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:
nick.gauntlett@dukefieldenergy.co.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.