Notting Hill Genesis: Utilities Procurement and Consultancy Services

  Notting Hill Genesis is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Utilities Procurement and Consultancy Services
Notice type: Contract Notice
Authority: Notting Hill Genesis
Nature of contract: Services
Procedure: Open
Short Description: Notting Hill Genesis are looking to source for a single provider to procure, manage and provide consultancy services for our commercial and communal utilities supplies. This would involve the management of approximately 5500 electricity and 250 gas meters as well as a number of domestic and commercial water supplies that feed circa 60,000 properties throughout London and the South East. Further information regarding the requirement is available in electronically available the tender documents.
Published: 25/11/2020 10:38
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Energy-management services.
Section I: Contracting Authority
      I.1) Name and addresses
             Notting Hill Genesis
             Bruce Kenrick House, 2 Killick Street, London, N1 9FL, United Kingdom
             Tel. +44 7738458612, Email: chris.brown@nhg.org.uk
             Contact: Chris Brown
             Main Address: https://www.nhg.org.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-London:-Energy-management-services./Z968V89DK9
      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: Utilities Procurement and Consultancy Services       
      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: Notting Hill Genesis are looking to source for a single provider to procure, manage and provide consultancy services for our commercial and communal utilities supplies.
This would involve the management of approximately 5500 electricity and 250 gas meters as well as a number of domestic and commercial water supplies that feed circa 60,000 properties throughout London and the South East.
Further information regarding the requirement is available in electronically available the tender documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 700,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      09000000 - Petroleum products, fuel, electricity and other sources of energy.
      38551000 - Energy meters.
      65400000 - Other sources of energy supplies and distribution.
      71314000 - Energy and related services.
      71314200 - Energy-management services.
      71314300 - Energy-efficiency consultancy services.
      48490000 - Procurement software package.
      79418000 - Procurement consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Notting Hill Genesis (NHG) is one of the largest housing associations in London and the South East, providing homes for around 170,000 people in some 55,000 properties across the capital and a further 9,000 in the home counties and East Anglia. NHG was formed in April 2018 from Notting Hill Housing Trust and Genesis Housing Association Limited
NHG is looking to procure the services from a single supplier for the procurement of energy and water and provision of the associated contract management services.
The supplier shall provide the full range of services relating to the procurement of energy and water and the management of the associated contracts including, but not exclusively, the receipt and validation of bills, strategic energy advice, installation of “smart” meters and Strategic Energy and Carbon Reporting (SECR).
In particular, the supplier shall provide:
Energy and water procurement services:
•Putting in place and managing contracts for the provision of energy and/or water on behalf of NHG that are procured through an EU compliant supply framework.
•The provision of energy and/or water contract management services including, but not exclusively, bill validation services for bills issued based upon remote meter reading systems. The intention is that energy and water supplies will be monitored through the use of remote meter reading technology. Where meters are not read using remote meter reading technology the Supplier shall provide a transitional service, the duration of which is not limited, to validate paper-based invoices where necessary. The services, manual and digital, will involve ensuring the charges, data, and other information associated with energy and water bills are accurate and appropriate.
•NHG will require a ‘single point’ solution to their energy and water procurement service needs.
Further information relating to the required services are available in the tender documents.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 60
                        
            Cost criterion - Name: Price / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 700,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      This contract is subject to renewal: No       
      Description of renewals: 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://www.delta-esourcing.com/respond/G9BR5CKXA7       


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       
      Performance will be monitored by KPIs which are set out in the Invitation to Tender          
      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 - 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: 12/01/2021 Time: 14:00
            
      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:
         Until: 31/03/2021
      
      IV.2.7) Conditions for opening of tenders:
         Date: 12/01/2021
         Time: 14:00
      

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://www.delta-esourcing.com/tenders/UK-UK-London:-Energy-management-services./Z968V89DK9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z968V89DK9
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, 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:    
    In accordance with regulations 86 to 102 (inclusive) of the Public Contracts Regulations 2015 the Contracting Authority will incorporate a standstill period at the point of information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.    
   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: 25/11/2020

Annex A


View any Notice Addenda

View Award Notice