By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Framework contract for collective energy switching schemes.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NEPO
NEPO, Keelman House, Fifth Avenue Business Park, Team Valley Trading Estate
For the attention of: Marie Cairns
NE11 0XA Gateshead
UNITED KINGDOM
Telephone: +44 1914335975
E-mail:

Internet address(es):

General address of the contracting authority: www.gateshead.gov.uk

Address of the buyer profile: www.nepoportal.org

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework contract for collective energy switching schemes.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

Main site or location of works, place of delivery or of performance: The Framework Contract will be a national contract and will be made available to all LGA and NEPO Members. A list of NEPO member organisations is available at www.nepoportal.org

The Council intends to make this Framework Contract available for use by all UK contracting authorities including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, NHS Bodies, Local Authorities, Emergency Services, Educational Establishments, Registered Charities who have a need to purchase the above services.
See the following websites for details:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm

http://www.education.gov.uk/edubase/home.xhtml

http://www.schoolswebdirectory.co.uk/localauthorities.php

http://www.hefce.ac.uk/unicoll/

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

http://www.direct.gov.uk/en/Dl1/Directories/A-ZOfCentralGovernment/index.htm

http://www.police-information.co.uk/police-directory

http://www.charity-commission.gov.uk

https://www.buy4wales.co.uk/UsefulResources/buy4wales.html

http://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs

Any organisation able to access this Framework Contract will be referred to in the documentation as a Contracting Authority.
Initial interest in the Framework Contract has been received from Lincolnshire Council, Newcastle Council, North Tyneside Council and Gateshead Council.
This Framework Contract will be made available and promoted to all Housing Associations, inc. LSVT' (large scale voluntary transfer), ALMO's (arms length management organisation) and other 3rd and Voluntary Sector organisations.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 2

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 0 GBP
II.1.5)Short description of the contract or purchase(s)
NEPO, on behalf of the LGA, are seeking to appoint Service Providers onto a Framework Contract to implement collective energy switching schemes. Councils and other public sector organisations will take on the role of implementing these schemes within their communities on behalf of their residents and SME's.
The Framework Contract will be split into two lots. One supplier will be awarded per lot.
II.1.6)Common procurement vocabulary (CPV)

72000000, 72212600, 72212517, 72212610, 72212732, 72212470, 72253000, 72300000, 72310000, 72311200, 72313000, 72314000, 72316000, 72317000, 72318000, 72319000, 72320000, 79342000, 79342410, 79512000, 79996100, 80500000, 72322000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Framework Contract will be split into 2 lots. One supplier will be awarded per lot.
Estimated value excluding VAT: 0 GBP
II.2.2)Information about options
Options: yes
Description of these options: Option to extend for a further 24 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Auction Service - Limited Pre and Post Auction
1)Short description
Lot 1 will cover a limited amount of services including induction and training for staff, support with marketing templates, an advice centre, auction tool and software, switching function, handover management and reporting.
2)Common procurement vocabulary (CPV)

72000000, 72212600, 72212517, 72212610, 72212732, 72212470, 72253000, 72300000, 72310000, 72311200, 72313000, 72314000, 72316000, 72317000, 72318000, 72319000, 72320000, 79342000, 79342410, 79512000, 79996100, 80500000, 72322000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Auction Service - Full Switching Service
1)Short description
Lot 2 will cover more in depth support on managing a full switching service including all the services offered in lot 1 and additional services - project management, campaign planning, guides for residents, branding, design work, bespoke media and marketing templates, media and marketing support, promotional videos, blogs, promotional emails and post switch evaluations.
2)Common procurement vocabulary (CPV)

72000000, 72212600, 72212517, 72212610, 72212732, 72212470, 72253000, 72300000, 72310000, 72311200, 72313000, 72314000, 72316000, 72317000, 72318000, 72319000, 72320000, 79342000, 79342410, 79512000, 79996100, 80500000, 72322000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As specified within the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As specified within the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As specified within the tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As specified within the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As specified within the tender documentation.
Minimum level(s) of standards possibly required: As specified within the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As specified within the tender documentation.
Minimum level(s) of standards possibly required:
As specified within the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
QTLE-99HBG6
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.9.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
4.9.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
31.7.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 10.9.2013 - 12:00
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Representatives of the Legal Department.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 24-48 months.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

This tender can be accessed via the NEPO eTender system at http://www.nepoportal.org

Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPOeTender system. If not already registered, candidates should register on the NEPO eTender system at http://www.nepoportal.org. Any queries regarding the

procurement process or tender documents must be raised noless than 4 days before the the tender return date, through the Q&A; section on the NEPO eTender system.

Tenderers should note there will be ongoing engagement with other contracting bodies as identified in section II.1.2 to encourage uptake of this agreement. For any support in submitting your expression of interest or tenderresponse please contact the NEPO Portal Helpdesk at +44 1914335949 or . There are a number of get help guides available on the portal. Reading these will assist the supplier in completing and submitting their responses.

Under this procurement, the Contractor is required to participate actively in the economic and social regeneration of the locality of, and surroundings of, the place of delivery for the procurement. Contract performance conditions may therefore relate in particular to social and environmental considerations.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Gateshead Council
Legal Department, Gateshead Civic Centre, Regent Street
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914333000

Body responsible for mediation procedures

As above

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

As above

VI.5)Date of dispatch of this notice:
31.7.2013