Notice Information
Notice Title
FM21186 - Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services
Notice Description
UK Shared Business Services Limited (UK SBS) on behalf of the Department for Business, Energy and Industrial Strategy (BEIS) invite you to response to this Request for Proposal for the Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services. The Department for Business, Energy & Industrial Strategy (BEIS) wishes to appoint a supplier(s) to undertake the following work, in the form of two contracts: one covering the Energy Technology List Scheme Delivery; the other the combined Energy Technology List Scheme Research Programme Services and Products Policy Support Services. The Department have undertaken a supplier engagement session which was held in October 2021 - Publication Reference 2021/S 000-022898 Lot 1: Energy Technology List Scheme Delivery Lot 2: - Work Strand A: Energy Technology List Research Programme Services - Work Strand B: Products Policy Support Services The lotting of this procurement will facilitate the greater aggregation of public sector demand and enable public sector to leverage greater efficiencies. It is the intention to appoint one supplier per Lot for an initial 3-year fixed term with the option to extend for a further 1 year. UK SBS is managing this procurement process in accordance with the Public Contract Regulations 2015 (as may be amended from time to time) (the "Regulations"). See section I.3) for access to procurement documentation. UK SBS will be using the Delta eSourcing Portal for this procurement. The access code is TH43G725U2
Lot Information
FM21186-01 - Energy Technology List Scheme Delivery
The Energy Technology List Scheme ("the ETL") was introduced by the Government in 2001 to increase the uptake of the most energy-efficient equipment types by industry. The ETL's purpose is to promote business energy-efficiency by influencing the design, availability, and uptake of the most energy-efficient equipment types within the remit of the scheme; and getting businesses of all sizes to use the ETL as a principal procurement tool for purchases of energy-saving equipment. The ETL intends to address information barriers to improve the uptake of the most energy-efficient plant and machinery in the UK. A lack of information about product energy efficiency, in particular energy performance information, may make it difficult to make the 'right' decision when purchasing a product. Where information is available it might be too costly or time-consuming to access or interpret. It is hoped that the ETL overcomes such barriers by providing information about energy-efficient plant and machinery against a set of transparent protocols. Lot 1 - Aims and Objectives * Maintain and develop an efficient ETL scheme * In doing so, the supplier should: o Provide a high level of customer care o Take appropriate steps to protect and promote the ETL brand o Demonstrate a willingness and ability to innovate and seek out efficiencies o Collaborate closely with the Lot 2 supplier to deliver a seamless, complementary service (unless they are the same supplier) o Encourage growth through effective marketing strategies to improve the impact of the policy and increase uptake by existing and new audiences o Document and demonstrate the impact of efforts to meet these objectives. Lot 1 - Responsibilities This section provides a high-level overview of the main responsibilities expected of the supplier, broken down into the following four work streams: 1. Delivery of the scheme, including its continued marketing, promotion, development and improved performance, working closely with the supplier for Lot 2. 2. Maintaining the ETPL by processing applications and adding/removing new products on a monthly basis based on the qualifying criteria. 3. Annual revision: updating the ETPL and guidance documents to ensure continued level of compliance with the annual revision to the ETCL. 4. Responding to written or verbal stakeholder enquiries about the ETL scheme. Lot 1 is estimated to be PS410,000.00 per annum excluding VAT and estimated to be valued at PS1,640,000.00 excluding VAT for the full term of the Contract. It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3. Services under this lot will be agreed on a Task Order basis, with the scope detailed in advance and a nominal time budget allocated to it. UK SBS is managing this procurement process in accordance with the Public Contract Regulations 2015 (as may be amended from time to time) (the "Regulations"). This is a Services Contract being procured under the Open OJEU Procedure Regulations. See section I.3) for access to procurement documentation. UK SBS will be using the Delta eSourcing Portal for this procurement. The access code is TH43G725U2
Renewal: It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3.
FM21186-02 - Energy Technology List Research Programme Services and Products Policy Support ServicesThe Energy Technology List Scheme ("the ETL") was introduced by the Government in 2001 to increase the uptake of the most energy-efficient equipment types by industry. The ETL's purpose is to promote business energy-efficiency by influencing the design, availability, and uptake of the most energy-efficient equipment types within the remit of the scheme; and getting businesses of all sizes to use the ETL as a principal procurement tool for purchases of energy-saving equipment. The ETL intends to address information barriers to improve the uptake of the most energy-efficient plant and machinery in the UK. A lack of information about product energy efficiency, in particular energy performance information, may make it difficult to make the 'right' decision when purchasing a product. Where information is available it might be too costly or time-consuming to access or interpret. It is hoped that the ETL overcomes such barriers by providing information about energy-efficient plant and machinery against a set of transparent protocols. Lot 2 is split into two workstreams as identified below: * Work Strand A: Energy Technology List Research Programme Services * Work Strand B: Products Policy Support Services Work strand B: Products Policy Support Services BEIS's policy work on energy-related products seeks to improve the environmental performance (energy-efficiency in particular) for specific products and product groups and better inform end users about energy efficiency and other relevant environmental impacts. The Authority is seeking a supplier to provide policy support services to help the UK Government develop and implement policies to improve the energy efficiency and other environmental impacts of energy related products, in particular by supporting the development of energy efficiency and energy labelling standards. Products policy covers a large number of domestic and non-domestic energy related product groups, and requires information on markets and performance of products to inform the development of policy. Lot 2 - Aims and Objectives * Support the development of the evidence base to underpin policies to improve the environmental performance (energy and resource-efficiency) of energy-related products. * Support the development of the evidence base to inform measures designed to increase the uptake of energy efficient products by UK consumers and businesses, and to ensure compliance with regulations so that the maximum policy benefits can be realised. * In order to do so, the supplier should: o Provide high-quality, timely, neutral and tailored research and technical advice on Energy-related Products and related policy levers o Have strong working relationships with UK industry, in order to facilitate information exchange and collaboration o Have a good understanding of the EU Energy-related Product policy process o Provide high-quality modelling of policy options and undertake cost-benefit analysis o Be able to monitor and evaluate third countries' regulatory processes, in particular the EU, and advise BEIS on developments o Demonstrate a willingness and ability to innovate and seek out efficiencies when undertaking tasks o Act on their own initiative where they identify potential for improvement when undertaking tasks, albeit within the relevant legal requirements and the reasonable scope of the policy objective set by BEIS o Collaborate closely with the Lot 1 supplier to deliver a seamless, complementary service for the ETL (unless they are the same supplier) Lot 2 - Responsibilities Work Strand A: Energy Technology List Research Programme Services 1. Provide expertise to support applications for ETL product listing and new technology proposals; 2. Conducting a research programme to make recommendations for annual revisions to the Energy Technology List including detailed proposals for updating the ETCL 3. Managing and conducting a proportionate annual testing regime to ensure the continued integrity of the ETL and to support the applications appeals process. Work Strand B: Products Policy Support Services 1. Undertake thorough research on products 2. Provide technical briefing on specific energy-related products 3. Model impacts and develop cost-benefit analysis of policy options (+QA) 4. Update the Products Policy model with potential policy impacts (+QA) 5. Maintain a fully documented Information Management System to house the Products Policy evidence base 6. Respond to ad hoc requests for advice, data or analysis on specific products or issues to support policy team in responding to technical queries 7. Support BEIS in international energy efficiency work such as global policy fora and COP26 Product Energy Efficiency Call to Action Lot 2 is estimated to be PS1,129,000.00 per annum excluding VAT and estimated to be valued at PS4,516,000.00 excluding VAT for the full term of the Contract. It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3. Services under this lot will be agreed on a Task Order basis, with the scope detailed in advance and a nominal time budget allocated to it. UK SBS is managing this procurement process in accordance with the Public Contract Regulations 2015 (as may be amended from time to time) (the "Regulations"). This is a Services Contract being procured under the Open OJEU Procedure Regulations. See section I.3) for access to procurement documentation. UK SBS will be using the Delta eSourcing Portal for this procurement. The access code is TH43G725U2
Renewal: It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02ef6a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/028042-2021
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
73 - Research and development services and related consultancy services
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
73000000 - Research and development services and related consultancy services
75100000 - Administration services
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
Notice Value(s)
- Tender Value
- £6,156,000 £1M-£10M
- Lots Value
- £6,156,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Nov 20214 years ago
- Submission Deadline
- 17 Dec 2021Expired
- Future Notice Date
- 3 Nov 2021Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT FOR BUSINESS, ENERGY & INDUSTRIAL STRATEGY
- Contact Name
- Rhedyn Griffiths
- Contact Email
- fmprocurement@uksbs.co.uk
- Contact Phone
- +44 1793425098
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 0ET
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-02ef6a-2021-11-09T11:36:25Z",
"date": "2021-11-09T11:36:25Z",
"ocid": "ocds-h6vhtk-02ef6a",
"initiationType": "tender",
"tender": {
"id": "FM21186",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "FM21186 - Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
"mainProcurementCategory": "services",
"description": "UK Shared Business Services Limited (UK SBS) on behalf of the Department for Business, Energy and Industrial Strategy (BEIS) invite you to response to this Request for Proposal for the Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services. The Department for Business, Energy & Industrial Strategy (BEIS) wishes to appoint a supplier(s) to undertake the following work, in the form of two contracts: one covering the Energy Technology List Scheme Delivery; the other the combined Energy Technology List Scheme Research Programme Services and Products Policy Support Services. The Department have undertaken a supplier engagement session which was held in October 2021 - Publication Reference 2021/S 000-022898 Lot 1: Energy Technology List Scheme Delivery Lot 2: - Work Strand A: Energy Technology List Research Programme Services - Work Strand B: Products Policy Support Services The lotting of this procurement will facilitate the greater aggregation of public sector demand and enable public sector to leverage greater efficiencies. It is the intention to appoint one supplier per Lot for an initial 3-year fixed term with the option to extend for a further 1 year. UK SBS is managing this procurement process in accordance with the Public Contract Regulations 2015 (as may be amended from time to time) (the \"Regulations\"). See section I.3) for access to procurement documentation. UK SBS will be using the Delta eSourcing Portal for this procurement. The access code is TH43G725U2",
"value": {
"amount": 6156000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"title": "FM21186-01 - Energy Technology List Scheme Delivery",
"description": "The Energy Technology List Scheme (\"the ETL\") was introduced by the Government in 2001 to increase the uptake of the most energy-efficient equipment types by industry. The ETL's purpose is to promote business energy-efficiency by influencing the design, availability, and uptake of the most energy-efficient equipment types within the remit of the scheme; and getting businesses of all sizes to use the ETL as a principal procurement tool for purchases of energy-saving equipment. The ETL intends to address information barriers to improve the uptake of the most energy-efficient plant and machinery in the UK. A lack of information about product energy efficiency, in particular energy performance information, may make it difficult to make the 'right' decision when purchasing a product. Where information is available it might be too costly or time-consuming to access or interpret. It is hoped that the ETL overcomes such barriers by providing information about energy-efficient plant and machinery against a set of transparent protocols. Lot 1 - Aims and Objectives * Maintain and develop an efficient ETL scheme * In doing so, the supplier should: o Provide a high level of customer care o Take appropriate steps to protect and promote the ETL brand o Demonstrate a willingness and ability to innovate and seek out efficiencies o Collaborate closely with the Lot 2 supplier to deliver a seamless, complementary service (unless they are the same supplier) o Encourage growth through effective marketing strategies to improve the impact of the policy and increase uptake by existing and new audiences o Document and demonstrate the impact of efforts to meet these objectives. Lot 1 - Responsibilities This section provides a high-level overview of the main responsibilities expected of the supplier, broken down into the following four work streams: 1. Delivery of the scheme, including its continued marketing, promotion, development and improved performance, working closely with the supplier for Lot 2. 2. Maintaining the ETPL by processing applications and adding/removing new products on a monthly basis based on the qualifying criteria. 3. Annual revision: updating the ETPL and guidance documents to ensure continued level of compliance with the annual revision to the ETCL. 4. Responding to written or verbal stakeholder enquiries about the ETL scheme. Lot 1 is estimated to be PS410,000.00 per annum excluding VAT and estimated to be valued at PS1,640,000.00 excluding VAT for the full term of the Contract. It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3. Services under this lot will be agreed on a Task Order basis, with the scope detailed in advance and a nominal time budget allocated to it. UK SBS is managing this procurement process in accordance with the Public Contract Regulations 2015 (as may be amended from time to time) (the \"Regulations\"). This is a Services Contract being procured under the Open OJEU Procedure Regulations. See section I.3) for access to procurement documentation. UK SBS will be using the Delta eSourcing Portal for this procurement. The access code is TH43G725U2",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "75.00"
},
{
"type": "price",
"description": "25.00"
}
]
},
"value": {
"amount": 1640000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
},
{
"id": "2",
"title": "FM21186-02 - Energy Technology List Research Programme Services and Products Policy Support Services",
"description": "The Energy Technology List Scheme (\"the ETL\") was introduced by the Government in 2001 to increase the uptake of the most energy-efficient equipment types by industry. The ETL's purpose is to promote business energy-efficiency by influencing the design, availability, and uptake of the most energy-efficient equipment types within the remit of the scheme; and getting businesses of all sizes to use the ETL as a principal procurement tool for purchases of energy-saving equipment. The ETL intends to address information barriers to improve the uptake of the most energy-efficient plant and machinery in the UK. A lack of information about product energy efficiency, in particular energy performance information, may make it difficult to make the 'right' decision when purchasing a product. Where information is available it might be too costly or time-consuming to access or interpret. It is hoped that the ETL overcomes such barriers by providing information about energy-efficient plant and machinery against a set of transparent protocols. Lot 2 is split into two workstreams as identified below: * Work Strand A: Energy Technology List Research Programme Services * Work Strand B: Products Policy Support Services Work strand B: Products Policy Support Services BEIS's policy work on energy-related products seeks to improve the environmental performance (energy-efficiency in particular) for specific products and product groups and better inform end users about energy efficiency and other relevant environmental impacts. The Authority is seeking a supplier to provide policy support services to help the UK Government develop and implement policies to improve the energy efficiency and other environmental impacts of energy related products, in particular by supporting the development of energy efficiency and energy labelling standards. Products policy covers a large number of domestic and non-domestic energy related product groups, and requires information on markets and performance of products to inform the development of policy. Lot 2 - Aims and Objectives * Support the development of the evidence base to underpin policies to improve the environmental performance (energy and resource-efficiency) of energy-related products. * Support the development of the evidence base to inform measures designed to increase the uptake of energy efficient products by UK consumers and businesses, and to ensure compliance with regulations so that the maximum policy benefits can be realised. * In order to do so, the supplier should: o Provide high-quality, timely, neutral and tailored research and technical advice on Energy-related Products and related policy levers o Have strong working relationships with UK industry, in order to facilitate information exchange and collaboration o Have a good understanding of the EU Energy-related Product policy process o Provide high-quality modelling of policy options and undertake cost-benefit analysis o Be able to monitor and evaluate third countries' regulatory processes, in particular the EU, and advise BEIS on developments o Demonstrate a willingness and ability to innovate and seek out efficiencies when undertaking tasks o Act on their own initiative where they identify potential for improvement when undertaking tasks, albeit within the relevant legal requirements and the reasonable scope of the policy objective set by BEIS o Collaborate closely with the Lot 1 supplier to deliver a seamless, complementary service for the ETL (unless they are the same supplier) Lot 2 - Responsibilities Work Strand A: Energy Technology List Research Programme Services 1. Provide expertise to support applications for ETL product listing and new technology proposals; 2. Conducting a research programme to make recommendations for annual revisions to the Energy Technology List including detailed proposals for updating the ETCL 3. Managing and conducting a proportionate annual testing regime to ensure the continued integrity of the ETL and to support the applications appeals process. Work Strand B: Products Policy Support Services 1. Undertake thorough research on products 2. Provide technical briefing on specific energy-related products 3. Model impacts and develop cost-benefit analysis of policy options (+QA) 4. Update the Products Policy model with potential policy impacts (+QA) 5. Maintain a fully documented Information Management System to house the Products Policy evidence base 6. Respond to ad hoc requests for advice, data or analysis on specific products or issues to support policy team in responding to technical queries 7. Support BEIS in international energy efficiency work such as global policy fora and COP26 Product Energy Efficiency Call to Action Lot 2 is estimated to be PS1,129,000.00 per annum excluding VAT and estimated to be valued at PS4,516,000.00 excluding VAT for the full term of the Contract. It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3. Services under this lot will be agreed on a Task Order basis, with the scope detailed in advance and a nominal time budget allocated to it. UK SBS is managing this procurement process in accordance with the Public Contract Regulations 2015 (as may be amended from time to time) (the \"Regulations\"). This is a Services Contract being procured under the Open OJEU Procedure Regulations. See section I.3) for access to procurement documentation. UK SBS will be using the Delta eSourcing Portal for this procurement. The access code is TH43G725U2",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "75.00"
},
{
"type": "price",
"description": "25.00"
}
]
},
"value": {
"amount": 4516000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "75100000",
"description": "Administration services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "79000000",
"description": "Business services: law, marketing, consulting, recruitment, printing and security"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2021-11-03T00:00:00Z"
},
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.delta-esourcing.com/",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2021-12-17T11:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2021-12-17T11:01:00Z"
},
"bidOpening": {
"date": "2021-12-17T11:01:00Z",
"address": {
"streetAddress": "Electronically via Delta eSourcing Portal"
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-28343",
"name": "Department for Business, Energy & Industrial Strategy",
"identifier": {
"legalName": "Department for Business, Energy & Industrial Strategy"
},
"address": {
"streetAddress": "1 Victoria Street",
"locality": "London",
"region": "UKI",
"postalCode": "SW1H 0ET",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Rhedyn Griffiths",
"telephone": "+44 1793425098",
"email": "fmprocurement@uksbs.co.uk",
"url": "https://www.delta-esourcing.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.uksbs.co.uk",
"buyerProfile": "https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-7894",
"name": "UK Shared Business Services Limited",
"identifier": {
"legalName": "UK Shared Business Services Limited"
},
"address": {
"locality": "Swindon",
"postalCode": "SN2 1FF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "policy@uksbs.co.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.uksbs.co.uk"
}
}
],
"buyer": {
"id": "GB-FTS-28343",
"name": "Department for Business, Energy & Industrial Strategy"
},
"language": "en",
"description": "All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). Responses must be received by the date in the tender documentation; responses received outside of the deadline or not sent via the Delta eSourcing portal will not be accepted or considered further for this opportunity. As a user of the Delta eSourcing Portal you will have access to the Delta messaging service which facilitates all messages sent to you and from you in relation to any specific tender event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The contracting authority expressly reserves the right: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the procurement and in no circumstances will the contracting authority be liable for any costs incurred by any supplier. If the contracting authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders. How to apply UK Shared Business Services Ltd (UK SBS) will be using the Delta eSourcing Portal for this procurement. To register on the Delta eSourcing portal please use the link https://uksbs.deltaesourcing.com and follow the instructions to register. If you are already registered on the Delta eSourcing Portal and wish to participate in this procurement, please use the link: https://uksbs.delta-esourcing.com and the follow the instructions to 'Login' Once you are logged into the system you will be able to link yourself into this procurement using the access code: TH43G725U2"
}