Colchester Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Utility Metering & Associated Services Framework |
Notice type: | Contract Notice - Utilities |
Authority: | Colchester Borough Council |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Colchester City Council is creating a framework agreement for use by wider public sector for the provision of utility metering operation agreements, utility data collection services and utility data aggregation services. This will be a multi-supplier framework, designed to make the incumbent meter operators compliant as well as give the option for new supplier through competition. This opportunity to split in to two lots (bidders can apply for either or both): Lot1: Meter Operator - Energy and Water Lot 2: Data aggregator/ Data Collector - Energy and Water. Axiom Utilities Ltd are acting on behalf of the council in administering this framework agreement. |
Published: | 21/02/2025 13:53 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Colchester City Council
Rowan House, 33 Sheepen Road, Colchester, CO3 3WG, United Kingdom
Tel. +44 1253804204, Email: colchester@axiomutilities.com
Contact: Jonathan Akers
Main Address: www.colchester.gov.uk
NUTS Code: UKH3
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-Colchester:-Energy-meters./858M9J466Z
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.6) Main activity:
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Utility Metering & Associated Services Framework
Reference Number: 0427
II.1.2) Main CPV Code:
38551000 - Energy meters.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Colchester City Council is creating a framework agreement for use by wider public sector for the provision of utility metering operation agreements, utility data collection services and utility data aggregation services. This will be a multi-supplier framework, designed to make the incumbent meter operators compliant as well as give the option for new supplier through competition. This opportunity to split in to two lots (bidders can apply for either or both): Lot1: Meter Operator - Energy and Water Lot 2: Data aggregator/ Data Collector - Energy and Water. Axiom Utilities Ltd are acting on behalf of the council in administering this framework agreement.
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Meter Operator - Energy and Water
Lot No: 1
II.2.2) Additional CPV codes:
38554000 - Electricity meters.
50411300 - Repair and maintenance services of electricity meters.
45333200 - Gas meter installation work.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Colchester City Council is creating a framework agreement for use by wider public sector for the provision of utility metering operation agreements, utility data collection services and utility data aggregation services. This will be a multi-supplier framework, designed to make the incumbent meter operators compliant as well as give the option for new supplier through competition. This opportunity to split in to two lots (bidders can apply for either or both): Lot1: Meter Operator - Energy and Water Axiom Utilities Ltd are acting on behalf of the council in administering this framework agreement.
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.2.10) Information about variants:
Variants will be accepted: Yes
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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Data aggregator/ Data Collector - Energy and Water
Lot No: 2
II.2.2) Additional CPV codes:
72314000 - Data collection and collation services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Colchester City Council is creating a framework agreement for use by wider public sector for the provision of utility metering operation agreements, utility data collection services and utility data aggregation services. This will be a multi-supplier framework, designed to make the incumbent meter operators compliant as well as give the option for new supplier through competition. This opportunity to split in to two lots (bidders can apply for either or both): Lot 2: Data aggregator/ Data Collector - Energy and Water. Axiom Utilities Ltd are acting on behalf of the council in administering this framework agreement.
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.2.10) Information about variants:
Variants will be accepted: Yes
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: Not provided
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.1.4) Objective rules and criteria for participation
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.1.6) Deposits and guarantees required:
Not Provided
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.2) Conditions related to the contract
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 OPEN
IV.1.1) Type of procedure: Open
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 several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 8 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: 28/03/2025 Time: 12:00
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
IV.2.7) Conditions for opening of tenders:
Date: 28/03/2025
Time: 12:00
Place:
Rowan House, 33 Sheepen Road, Colchester
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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: All Call-off contracts based on this framework agreement may be for a maximum of five years, and may extend beyond the expiry date of the framework. The framework will allow for both Direct Award or Mini Competition and contracting authorities must publish award notices for call-offs from this framework agreement. The e documents will be uploaded for completion w/c 3rd March 2024, with a submission date of 12:00 (noon) on Friday 28th March 2025. This Framework Agreement as described above will be available to all UK public bodies. This includes local authorities, educational establishments, registered providers and emergency services, NHS bodies, central government departments and their agencies and also registered charities. See the following websites for details: https://www.gov.uk/school-performance-tables https://education.gov.scot/parentzone/find-a-school https://hwb.gov.wales/ https://gov.wales/statistics-and-research/address-list-of-schools/?lang=en http://apps.education-ni.gov.uk/appinstitutes/default.aspx https://www.compare-school-performance.service.gov.uk/ https://unistats.ac.uk/institutions/ http://www.police.uk/forces.htm http://www.psni.police.uk/index.htm http://www.gov.scot/Topics/archive/law-order/Police/PoliceServiceofScotland http://www.cfoa.org.uk/12247 http://www.nifrs.org/areas-districts/ https://www.gov.uk/government/organisations/maritime-and-coastguard-agency http://www.firescotland.gov.uk/your-area.aspx http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx http://online.hscni.net/other-hsc-organisations/ http://www.show.scot.nhs.uk/organisations/ http://www.scottishambulance.com/TheService/organised.aspx http://www.wales.nhs.uk/nhswalesaboutus/structure https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide https://www.gov.uk/government/organisations http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx http://www.oscr.org.uk/ http://www.charitycommissionni.org.uk/ https://www.gov.uk/government/publications/current-registered-providers-of-social-housing Beneficiaries of the Framework The Beneficiaries include, but will not be limited to NHS Trusts: Acute; Foundation; Ambulance; Community; Care; Primary Care; Clinical Commissioning Groups, Mental Health Trusts and includes any Charitable Trusts to the foregoing, and other Contracting Bodies such as but not limited to Strategic and Special Health Authorities, Fire and Rescue, Police, Police Commissioners, Charities, Government, Local Government, Local Authorities including Commissioning and Social, Prisons, Education/Higher Education, Social Care and the Voluntary, Community and Social Enterprise (VCSE) sector, including any successor organisations or changes to the provision of the services or the responsibility/ownership of the aforementioned organisations, such as responsibility resting with local authorities changing to local government/other government or other publicly funded bodies. The Framework Agreement is for the benefit of existing and emerging organisations during the life of the Contract, which includes but is not limited to providers, commissioners and support organisations. Please see the links below to identify specific organisations and types of Beneficiaries: •• Acute trusts: http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx •• Ambulance trusts: http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx •• Care trusts: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx •• Foundation trusts: http://www.monitor-nhsft.gov.uk/home/about-nhsfoundation-trusts/nhs-foundation-trust-directory •• Mental health trusts: http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx •• Community Healthcare Trusts: http://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx •• Clinical Commissioning Groups: http://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx •• Health and Care trusts: http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx •• Area Teams: http://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx •• Charities including VCSE’s: http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx •• Special health authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx •• Other NHS entities: http://www.nhs.uk/NHSEngland/thenhs/about/Pages/authoritiesandtrusts.aspx •• HSC in Northern Ireland: http://www.n-i.nhs.uk/index.php?link=trusts •• NHS Scotland trusts: http://www.scot.nhs.uk/ •• NHS Scotland: http://www.healthscotland.scot/ •• NHS Wales trusts: http://www.wales.nhs.uk/ourservices/directory Interested suppliers should express their interest in this opportunity.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Energy-meters./858M9J466Z
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/858M9J466Z
VI.4) Procedures for review
VI.4.1) Review body:
The Royal Courts of Justice
London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/02/2025
Annex A