Tender

Demand Side Response Services

CROWN COMMERCIAL SERVICE

This public procurement record has 1 release in its history.

Tender

09 Mar 2017 at 12:15

Summary of the contracting process

The Crown Commercial Service is initiating a tender for a Framework Agreement on Demand Side Response Services, aiming at UK public sector bodies including Central Government Departments, NHS bodies, and Local Authorities. The procurement is currently at the Tender stage, with the submission deadline set for 3rd April 2017. The Framework Agreement, once awarded, will be effective from 14th June 2017 until 14th June 2020, with the possibility of a one-year extension. The estimated value of the services is approximately £14 million, and the procurement will be conducted via an open procedure to ensure broad participation.

This tender presents significant opportunities for businesses, particularly small and medium-sized enterprises (SMEs) with capabilities in energy management, consulting, and maintenance of electricity meters. Companies that offer innovative Demand Side Response Services are particularly well-suited to compete in this procurement process. By participating, businesses not only gain access to a lucrative contract but also enhance their footprint within the public sector, potentially leading to future engagements through the established Framework Agreement.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Demand Side Response Services

Notice Description

Crown Commercial Service as the Contracting Authority is putting in place a Framework Agreement for the provision of Demand Side Response Services for use by UK public sector bodies identified at VI.3 (of the attached OJEU Contract Notice) (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. The duration of the Framework Agreement is for a three (3) year period with an option to extend for one (1) year. Please be advised that the Authority does not consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") to be an issue in respect of this Procurement at framework Agreement Award Stage as Services are not provided at this level. At the Call Off Contract Stage, the Authority takes the view that TUPE is unlikley to apply. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply at the Call Off Contract Stage and to act accordingly. Crown Commercial Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s). In reference to Section II.1.4 (of the attached OJEU Contract Notice), maximum number of participants allowed. The Framework Agreement will be concluded with the maximum number of Potential Providers. This may increase only where two (2) or more Potential Providers have tied scores and are placed in the last position. The Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1% of the original awarded last place position only. For the avoidance of doubt, last position is 6th. Additional information: Potential Providers will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender ("ITT"). This procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, please go online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to the e-Sourcing Suite email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk A full copy of the ITT documentation for this Procurement will be available for unrestricted and full direct access, free of charge via Crown Commercial Service website from the date of this publication of the contract notice: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline Responses must be published by the date in IV.3.4 The service arises from a Contract/Framework and will involve the Potential Provider holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL-SENSITIVE. It is a condition of this contract that this material must be protected. Baseline protection controls are defined in ISO27001:2013 and further defined by the Security Policy Framework https://www.gov.uk/government/collections/government-security.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-d59aed23-6983-4d99-8e38-8977756e56d2
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/71cf8f5a-3031-4512-8529-c666b1e05cb3
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

38554000 - Electricity meters

50411300 - Repair and maintenance services of electricity meters

71314200 - Energy-management services

71314300 - Energy-efficiency consultancy services

Notice Value(s)

Tender Value
£14,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Mar 20178 years ago
Submission Deadline
3 Apr 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
13 Jun 2017 - 14 Jun 2020 3-4 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CROWN COMMERCIAL SERVICE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-d59aed23-6983-4d99-8e38-8977756e56d2-2017-03-09T12:15:22Z",
    "date": "2017-03-09T12:15:22Z",
    "ocid": "ocds-b5fd17-d59aed23-6983-4d99-8e38-8977756e56d2",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "RM3792",
        "title": "Demand Side Response Services",
        "description": "Crown Commercial Service as the Contracting Authority is putting in place a Framework Agreement for the provision of Demand Side Response Services for use by UK public sector bodies identified at VI.3 (of the attached OJEU Contract Notice) (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities. The duration of the Framework Agreement is for a three (3) year period with an option to extend for one (1) year. Please be advised that the Authority does not consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (\"TUPE\") to be an issue in respect of this Procurement at framework Agreement Award Stage as Services are not provided at this level. At the Call Off Contract Stage, the Authority takes the view that TUPE is unlikley to apply. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply at the Call Off Contract Stage and to act accordingly. Crown Commercial Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s). In reference to Section II.1.4 (of the attached OJEU Contract Notice), maximum number of participants allowed. The Framework Agreement will be concluded with the maximum number of Potential Providers. This may increase only where two (2) or more Potential Providers have tied scores and are placed in the last position. The Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1% of the original awarded last place position only. For the avoidance of doubt, last position is 6th. Additional information: Potential Providers will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (\"ITT\"). This procurement will be managed electronically via the Authority's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the eSourcing Suite, please go online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to the e-Sourcing Suite email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk A full copy of the ITT documentation for this Procurement will be available for unrestricted and full direct access, free of charge via Crown Commercial Service website from the date of this publication of the contract notice: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline Responses must be published by the date in IV.3.4 The service arises from a Contract/Framework and will involve the Potential Provider holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL-SENSITIVE. It is a condition of this contract that this material must be protected. Baseline protection controls are defined in ISO27001:2013 and further defined by the Security Policy Framework https://www.gov.uk/government/collections/government-security.",
        "datePublished": "2017-03-09T12:15:22Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "38554000",
            "description": "Electricity meters"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "50411300",
                "description": "Repair and maintenance services of electricity meters"
            },
            {
                "scheme": "CPV",
                "id": "71314200",
                "description": "Energy-management services"
            },
            {
                "scheme": "CPV",
                "id": "71314300",
                "description": "Energy-efficiency consultancy services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 14000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-04-03T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2017-06-14T00:00:00+01:00",
            "endDate": "2020-06-14T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/71cf8f5a-3031-4512-8529-c666b1e05cb3",
                "datePublished": "2017-03-09T12:15:22Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "2017-OJS039-071929-en",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/eb402685-4858-41ca-a26b-09035a036d58",
                "format": "application/pdf"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Attachment 14 - Security Guidance Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/cfa4a9ae-3299-4a65-b1b8-19765177d406",
                "format": "application/pdf"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "Attachment 13 - Supplier Guidance - Version 2",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/733add4f-15aa-486b-a478-25f938779020",
                "format": "application/pdf"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "Attachment 9 - Framework Schedule 2 Part A Services Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/119dc975-99ae-4dd2-8501-bf30355566ec",
                "format": "application/pdf"
            },
            {
                "id": "6",
                "documentType": "tenderNotice",
                "description": "Attachment 6 - Terms of Participation Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d47aa24f-427e-4f02-860a-5e1e340687b8",
                "format": "application/pdf"
            },
            {
                "id": "7",
                "documentType": "tenderNotice",
                "description": "Attachment 5 - Framework Agreement Schedule 4 Template Order and Template Call Off Contract Terms",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dedb9676-11d2-4eb0-8909-3576541bb19d",
                "format": "application/pdf"
            },
            {
                "id": "8",
                "documentType": "tenderNotice",
                "description": "Attachment 4 - Framework Agreement Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dd576370-7a01-466d-9034-f92fea5342a2",
                "format": "application/pdf"
            },
            {
                "id": "9",
                "documentType": "tenderNotice",
                "description": "Attachment 3 - Award Questionnaire Response Guidance%2C Evaluation and Marking Scheme Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d954661e-58b9-4ca8-a32f-d19061826a5e",
                "format": "application/pdf"
            },
            {
                "id": "10",
                "documentType": "tenderNotice",
                "description": "Attachment 2 - Participation Requirements and Selection Questionnaire and Guidance Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/978ff6cf-985d-420a-b884-fe8f7bee56bd",
                "format": "application/pdf"
            },
            {
                "id": "11",
                "documentType": "tenderNotice",
                "description": "Attachment 1 - Invitation to Tender Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e888bd16-73fb-4a82-aece-93703eeacc4c",
                "format": "application/pdf"
            },
            {
                "id": "12",
                "documentType": "tenderNotice",
                "description": "Attachment 7 - Declaration of Compliance Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4a92f11a-fc11-409d-b732-8c6036f7b3a0",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "13",
                "documentType": "tenderNotice",
                "description": "Attachment 8 - Financial Assessment Template Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/cdd279b7-7e30-41f7-9dbf-a40793383df0",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "14",
                "documentType": "tenderNotice",
                "description": "Attachment 10 - Management Information Template Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d1cf9e22-fd12-4ca4-aa75-ffc54aed59dc",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "15",
                "documentType": "tenderNotice",
                "description": "Attachment 11 - Framework Population Template Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/fc752bc0-51c9-4caa-b88e-277082d3d628",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "16",
                "documentType": "tenderNotice",
                "description": "Attachment 12 - Price Model and Price Evaluation Guidance Version 1.0",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/df3cdf1d-0efe-47f8-8961-1ef9741c3ead",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "0345 010 3503"
            },
            "details": {
                "url": "http://www.gov.uk/ccs"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}