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

Energy Procurement and Consultancy Framework.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Places for People
Group Support Centre
For the attention of: Ms Lisa Gallacher
PR2 2YB Preston
UNITED KINGDOM
Telephone: +44 01772897200
E-mail:

Internet address(es):

General address of the contracting authority: http://www.placesforpeople.co.uk

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Please refer to II.1.4)
N/A
N/A N/A
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Energy Procurement and Consultancy Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code
II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
Places for People for itself and on behalf of the Places for People Group and its present and future subsidiaries (the Contracting Authority) and all other bodies identified below.
Places for People are seeking to appoint on a sole supply basis a qualified service provider who can deliver a series of Energy Procurement and Consultancy Services which will be utilised and owned by Places for People. It is intended that the Framework Agreement will be capable of being used by contracting authorities in the United Kingdom.
This procurement is being undertaken by the contracting authority for itself and as lead authority for the benefit of other organisations set out below as referred to Annex A (without any obligation for them to participate) of the OJEU notice (and any successor body of any of the organisations listed) and for the benefit of any Contracting Authority that may fall within the geographical remit of this agreement.
A full public sector eligibility list is given in the below link.

http://procurementhub.co.uk/media/1118/nationwide-public-sector-eligibility-list_thl_120021279_3.doc

II.1.5)Common procurement vocabulary (CPV)

71314200, 71314000, 71314300

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Quality. Weighting 70
2. Price. Weighting 30
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
IV.3.2)Previous publication(s) concerning the same contract

Section V: Award of contract

Lot title: Energy Procurement and Consultancy Framework
V.1)Date of contract award decision:
22.10.2015
V.2)Information about offers
Number of offers received: 1
Number of offers received by electronic means: 1
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Inenco Group
4 Ballam Road
FY8 4TS Lytham
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 320 000 000 GBP
Excluding VAT
Total final value of the contract:
Value: 80 000 000 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

High Court of England & Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM

Body responsible for mediation procedures

High Court of England & Wales
Royal Courts of Justice, Strand
WC2A 2LL London
UNITED KINGDOM

VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained

Crown Commercial Services
1 Horse Guards Road
SW1A 2HQ London
UNITED KINGDOM

VI.4)Date of dispatch of this notice:
8.4.2016