Colchester Borough Council: Utility Metering & Associated Services Framework

  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

UK-Colchester: Energy meters.
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


View any Notice Addenda

UK-Colchester: Energy meters.

Section I: Contracting Entity

   I.1) Name, Addresses and Contact Point(s):
             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.6) Main activity:
      Other activity: Local Authority



Section II: Object Of The Contract

   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.1.6) Information about lots
         This contract is divided into lots: Yes

                                          II.1.7) Total value of the procurement (excluding VAT)
         
         Agree to publish? Yes
          Value: 5,000,000
                  
         Currency:GBP

   II.2) Description (lot no. 1)

      II.2.1) Title:Meter Operator - Energy and Water      
      Lot No:1

      II.2.2) Additional CPV code(s):
            38554000 - Electricity meters.
            50411300 - Repair and maintenance services of electricity meters.
            45333200 - Gas meter installation work.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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:

         Agree to publish? Yes
          Quality criterion - Name: Quality / Weighting: 30
         Quality criterion - Name: Social Value / Weighting: 10
                     
         Price - Weighting: 60
                           

      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: No
         

      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 code(s):
            72314000 - Data collection and collation services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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:

         Agree to publish? Yes
          Quality criterion - Name: Quality / Weighting: 30
         Quality criterion - Name: Social Value / Weighting: 10
                     
         Cost criterion - Name: Price / Weighting: 60
                           

      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: No
         

      II.2.14) Additional information: Not Provided




Section IV: Procedure

IV.1) Description

   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: No       

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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: 2025/S 000-006789
            

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No




Section V: Award of contract

Award Of Contract (No.1)
   
   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/07/2025

      V.2.2) Information about tenders

         Agree to publish? Yes

         Number of tenders received: 7
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7          

         The contract has been awarded to a group of economic operators: No

      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             Energy Assets Ltd, 1
             6 Almondvale Business Park, Almondvale Way, Livingston, EH54 6GA, United Kingdom
             Tel. +44 7540308643, Email: lisaberry@energyassets.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes



      V.2.5) Information about subcontracting

         The contract is likely to be subcontracted: No
         

      V.2.6) Price paid for bargain purchases

         Value excluding VAT: Not Provided          
         Currency: Not Provided


Award Of Contract (No.2)
   
   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/07/2025

      V.2.2) Information about tenders

         Agree to publish? Yes

         Number of tenders received: 7
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided          

         The contract has been awarded to a group of economic operators: No

      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             IMServ Europe Limited, 1
             Cygnus Sunrise Parkway, Linford Wood, Milton Keynes, MK14 6LS, United Kingdom
             Tel. +44 1908696000, Email: justin.vroone@imserv.com
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)

         Agree to publish? Yes       

         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting

         The contract is likely to be subcontracted: No
         

      V.2.6) Price paid for bargain purchases

         Value excluding VAT: Not Provided          
         Currency: Not Provided


Award Of Contract (No.3)
   
   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/07/2025

      V.2.2) Information about tenders

         Agree to publish? Yes

         Number of tenders received: 7
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7          

         The contract has been awarded to a group of economic operators: No

      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             NPower, 1
             2 Princes Way, Solihull, B91 3ES, Solihull, B91 3ES, United Kingdom
             Tel. +44 2476180261, Email: david.christakis@npower.com
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)

         Agree to publish? Yes       

         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting

         The contract is likely to be subcontracted: No
         

      V.2.6) Price paid for bargain purchases

         Value excluding VAT: Not Provided          
         Currency: Not Provided


Award Of Contract (No.4)
   
   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/07/2025

      V.2.2) Information about tenders

         Agree to publish? Yes

         Number of tenders received: 7
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7          

         The contract has been awarded to a group of economic operators: No

      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             SMS Energy Services Limited, 1
             Prennau House, Copse Walk, Cardiff Gate Business Park, Cardiff, CF23 8XH, United Kingdom
             Tel. +44 7770555550, Email: chris.mawer@smsenergy.com
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)

         Agree to publish? Yes       

         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting

         The contract is likely to be subcontracted: No
         

      V.2.6) Price paid for bargain purchases

         Value excluding VAT: Not Provided          
         Currency: GBP


Award Of Contract (No.5)
   
   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/07/2025

      V.2.2) Information about tenders

         Agree to publish? Yes

         Number of tenders received: 7
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7          

         The contract has been awarded to a group of economic operators: No

      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             Stark Software International Limited, 1
             Sentinel House, 10-12 Massetts Road, Horley, RH6 7DE, United Kingdom
             Tel. +44 7778134296, Email: masmith@stark.co.uk
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)

         Agree to publish? Yes       

         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting

         The contract is likely to be subcontracted: No
         

      V.2.6) Price paid for bargain purchases

         Value excluding VAT: Not Provided          
         Currency: Not Provided


Award Of Contract (No.6)
   
   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 14/07/2025

      V.2.2) Information about tenders

         Agree to publish? Yes

         Number of tenders received: 7
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 7          

         The contract has been awarded to a group of economic operators: No

      V.2.3) Name and address of the contractor

         Agree to publish? Yes
         
         Contractor (No.1)
             TMA Data Management Limited, 1
             Laura.millgate@tma.co.uk, 145 London Road, Kingston Upon Thames, England, KT2 6SR, Kingston Upon Thames, KT2 6SR, United Kingdom
             Tel. +44 132471174, Email: Laura.millgate@tma.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)

         Agree to publish? Yes       

         Initial estimated total value of the contract/lot: 5,000,000          
         Total value of the contract/lot: 5,000,000
         Currency: GBP

      V.2.5) Information about subcontracting

         The contract is likely to be subcontracted: No
         

      V.2.6) Price paid for bargain purchases

         Value excluding VAT: Not Provided          
         Currency: Not Provided




Section VI: Complementary information

   VI.3) Additional information: All 6 suppliers named as awarded contractors to this framework opportunity have been appointed to both Lots namely:

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
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=963642790
   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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 17/07/2025







View Award Notice