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 |
View Full Notice
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
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