Haringey Council: THE PROVISION OF CRC ENERGY EFFICIENCY SCHEME AUDITS, ADDITIONAL SERVICES AND TECHNICAL SUPPORT

  Haringey Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: THE PROVISION OF CRC ENERGY EFFICIENCY SCHEME AUDITS, ADDITIONAL SERVICES AND TECHNICAL SUPPORT
Notice type: Contract Notice
Authority: Haringey Council
Nature of contract: Services
Procedure: Open
Short Description: The Service Provider will take primary responsibility for the development, delivery and administration of CRC annual audits to satisfy the self verification requirements of the CRC EES Regulations to all London Energy Project Participating Authorities that are required to participate in CRC EES Scheme.
Published: 02/12/2016 17:36
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: Statutory audit services.
Section I: Contracting Authority
      I.1) Name and addresses
             London Borough of Haringey
             Alexandra House, 10 Station Road, Wood Green, London, N22 7TR, United Kingdom
             Tel. +44 2084891796, Email: LondonEnergyProject@Haringey.gov.uk
             Main Address: http://www.londoncouncils.gov.uk/londonenergy, Address of the buyer profile: http://www.haringey.gov.uk
             NUTS Code: UKI
      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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Statutory-audit-services./R53C94N8A9
      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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: THE PROVISION OF CRC ENERGY EFFICIENCY SCHEME AUDITS, ADDITIONAL SERVICES AND TECHNICAL SUPPORT       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79212300 - Statutory audit services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Service Provider will take primary responsibility for the development, delivery and administration of CRC annual audits to satisfy the self verification requirements of the CRC EES Regulations to all London Energy Project Participating Authorities that are required to participate in CRC EES Scheme.       
      II.1.5) Estimated total value:
      Value excluding VAT: 150,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71314300 - Energy-efficiency consultancy services.
      
      II.2.3) Place of performance:
      UKI LONDON
      UKG WEST MIDLANDS (ENGLAND)
      UKJ SOUTH EAST (ENGLAND)
      UKK SOUTH WEST (ENGLAND)
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The London Borough of Haringey hosts a collaborative energy category arrangement, known as the London Energy Project (LEP). It wishes to create a framework agreement for the provision of CRC audits and CRC technical and implementation support. LB Haringey will act as the contracting authority buying these services on behalf of a number of participating local authorities, public and third sector organisations who are mentioned in this short description.

To develop in partnership with the London Energy Project (LEP) and carry out annual audits to satisfy the self verification requirements of the CRC EES Regulations and provide other energy related technical support and authoring, such as CRC implementation manuals, interpretation of Regulations, fact-sheets, data gathering and evidence pack guidance and procedures. Authorities may also require additional services that help it control/manage and/or comply with the carbon reduction commitment energy efficiency scheme. It is envisaged that this will include, but not be limited to; advice and guidance and implementation support on strategy, operations, data management, policies, procedures and evidence pack requirements and audit recommendations.
In accordance with EU/UK Procurement Directives the agreement will be accessible to members of the local government, other local or central government consortia/buying groups, third sector organisations, police service, fire service, the NHS, all academic centres, and all other publicly funded bodies including wholly owned companies of the stated public sector bodies.
Local Authorities in England and Wales;
Educational Establishments in England and Wales;
Police Forces in England and Wales;
Fire and Rescue Services in England and Wales;
It is not possible to list the full names of all possible participants as these can be subject to change. Currently services are provided to 35 London Local, police and fire public sector authorities, and some regional authorities but it is possible that this number will increase and extend into other regions in England and Wales.
      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: 150,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: initial 12 months with potential renewal for further 24 months
      
      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: 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.1.5) 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 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 a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         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: No       
   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: 09/01/2017 Time: 13:00
            
      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: 09/01/2017
         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:-Statutory-audit-services./R53C94N8A9

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R53C94N8A9
   VI.4) Procedures for review
   VI.4.1) Review body:
             London Borough of Haringey
       Alexandra House, 10 Station Road, Wood Green, London, N22 7TR, United Kingdom
       Tel. +44 2084891796, Email: LondonEnergyProject@haringey.gov.uk
       Internet address: http://www.londoncouncils.gov.uk/londonenergy
   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: 02/12/2016

Annex A


View any Notice Addenda

View Award Notice

UK-London: Statutory audit services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       London Borough of Haringey
       Alexandra House, 10 Station Road, Wood Green, London, N22 7TR, United Kingdom
       Tel. +44 2084891796, Email: LondonEnergyProject@Haringey.gov.uk
       Main Address: http://www.londoncouncils.gov.uk/londonenergy, Address of the buyer profile: http://www.haringey.gov.uk
       NUTS Code: UKI

   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.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: THE PROVISION OF CRC ENERGY EFFICIENCY SCHEME AUDITS, ADDITIONAL SERVICES AND TECHNICAL SUPPORT            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79212300 - Statutory audit services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Service Provider will take primary responsibility for the development, delivery and administration of CRC annual audits to satisfy the self verification requirements of the CRC EES Regulations to all London Energy Project Participating Authorities that are required to participate in CRC EES Scheme.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 167,340.75
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71314300 - Energy-efficiency consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
      UKG - WEST MIDLANDS (ENGLAND)
      UKJ - SOUTH EAST (ENGLAND)
      UKK - SOUTH WEST (ENGLAND)
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      LONDON
      WEST MIDLANDS (ENGLAND)
      SOUTH EAST (ENGLAND)
      SOUTH WEST (ENGLAND)
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: London Energy Project (LEP) is creating a framework agreement for the provision of CRC audits and CRC technical and implementation support. LB Haringey is the contracting authority. Carry out annual audits to satisfy the self verification requirements of the CRC EES Regulations and provide other energy related technical support. Authorities may also require additional services that help it control/manage and/or comply with the CRC EES, e.g. advice and guidance and implementation support on strategy, operations, data management, policies, procedures and evidence pack requirements and audit recommendations. The agreement will be accessible to publicly funded bodies, e.g. local government, central government consortia, third sector organisations etc. Currently services are provided to 35 London Local, police and fire public sector authorities, and some regional authorities but it is possible that this number will increase.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60%
                  
      Cost criterion - Name: Price / Weighting: 40%
            

      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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Not Provided
   

   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: 21/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             GEP Environmental Ltd
             Unit 58, Basepoint Business Centre, 1 Winnall Valley Road, Winchester, SO23 0LD, United Kingdom
             NUTS Code: UKK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 150,000          
         Total value of the contract/lot: 167,340.75
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          audit delivery support          
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=247295864

   VI.4) Procedures for review

      VI.4.1) Review body
          London Borough of Haringey
          Alexandra House, 10 Station Road, Wood Green, London, N22 7TR, United Kingdom
          Tel. +44 2084891796, Email: LondonEnergyProject@haringey.gov.uk
          Internet address: http://www.londoncouncils.gov.uk/londonenergy

      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: 24/03/2017