UK-Preston: Energy-management services.

UK-Preston: Energy-management services.
Section I: Contracting Authority
I.1) Name and addresses
Places for People Group Limited
4 The Pavilions, Port Way, Preston, PR2 2YB, United Kingdom
Tel. +44 1772897200, Email: Lisa.Gallacher@placesforpeople.co.uk
Contact: Lisa Gallacher
Main Address: www.placesforpeople.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Preston:-Energy-management-services./725655P5Q5
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Energy Procurement & Consultancy Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
71314200 - Energy-management services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Places for People and Procurement Hub are seeking to appoint onto a framework one highly qualified service provider who can deliver a series of Energy Procurement and Consultancy Services which will be utilised and owned by Places for People.
The appointed service provider should be highly competent in delivering all the scope of services on a national basis (given in the ‘Scope of Services’ document) for multi-site (500+) public sector clients and this will need to be supported by clear evidence of experience, capacity, technology and infrastructure at the pre-qualifying stage. Experience with public sector clients should include Housing, Healthcare, Education, Emergency Service
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The principle of the Energy Procurement & Consultancy Framework is to establish an all-encompassing end to end service offering to the wider public sector for cost effective, high quality and compliantly procured energy procurement and consultancy related services that Places for People and other contracting authority clients require and market the services ensuring quality and value for money allowing a range of contracting authorities to join the Hub and use the services. It is intended that the Framework Agreement will be capable of being used by contracting authorities in the United Kingdom. The contracting authorities that are permitted to use this framework, but not limited too, are provided within the following links http://www.procurementhub.co.uk/eligibility-criteria/
Places for People’s framework members will be a wide variety of public sector clientele including social housing providers (who may have complex non-static stock portfolios) differing in scale, geography and strategies, which creates a complex and varied environment in which the services may be delivered. Companies will need to demonstrate that they understand the challenges and requirements of wider public sector clientele with examples and how this factored into advice and service delivery.
IMPORTANT The appointed service providers should be highly competent in delivering all the scope of services on a national basis (given in the ‘Scope of Services’ document) for multi-site (500+) public sector clients and this will need to be supported by clear evidence of experience, capacity, technology and infrastructure at the pre-qualifying stage. Experience with public sector clients which includes Housing, Healthcare, Education, Emergency Services, Local Government, Local Authorities is essential. It is intended that the Framework Agreement will be capable of being used by contracting authorities in the United Kingdom. The contracting authorities that are permitted to use this framework, but not limited too, are provided within the following links http://www.procurementhub.co.uk/eligibility-criteria/
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://procurementhub.delta-esourcing.com/respond/725655P5Q5


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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/03/2020 Time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 06/03/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://procurementhub.delta-esourcing.com/tenders/UK-UK-Preston:-Energy-management-services./725655P5Q5

To respond to this opportunity, please click here:
https://procurementhub.delta-esourcing.com/respond/725655P5Q5
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
High Court of England and Wales
Royal Courts of Justice, Strand, London, High Court, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Crown Commercial Services
1 Horse Guards Road, London, SW1A 2HQ, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 31/01/2020

Annex A