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

Energy Bureau Service and Associated Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Metropolitan Housing Trust Limited
The Grange, 100 High Street, Southgate
Contact point(s): Sustainable Procurement
For the attention of: Denis Abdic
N14 6PW London
UNITED KINGDOM
Telephone: +44 2035353962
E-mail:

Internet address(es):

General address of the contracting authority: www.metropolitan.org.uk

Electronic access to information: https://delta-esourcing.com/

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Other: Social Housing Provider
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Energy Bureau Service and Associated Services.
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 public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Energy-management services. Procurement consultancy services. Accounting, auditing and fiscal services. The key objectives of the energy bureau services contract are:
- To establish a robust energy management function, enabling correct and accurate energy consumption reporting, half hourly data monitoring, and invoice validation.
- To procure all energy requirements, in accordance with both the UK and EU Procurement Regulations.
- To manage all energy contracts for Metropolitan, by monitoring all existing contracts, and putting new contracts in place in timely fashion.
- To achieve internal efficiency and effectiveness, and reducing internal contract management costs.
- To achieve greater visibility and cost control.
- To produce accurate and up to date Management Information on the estate in order to inform future investment decisions.
II.1.6)Common procurement vocabulary (CPV)

71314200, 79418000, 79200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Please refer to the information provided within the Pre-Qualification Questionnaire.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
No.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
n/a.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
n/a.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As per Invitation to Tender (ITT) documentation.
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 per Pre-Qualification Questionnaire (PQQ) documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per Pre-Qualification Questionnaire (PQQ) documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per Pre-Qualification Questionnaire (PQQ) documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6: and maximum number 10
Objective criteria for choosing the limited number of candidates: As per Pre-Qualification Questionnaire (PQQ) documentation.
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:
2014-001
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
24.2.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
31.3.2014
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
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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
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, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Energy-management-services./SP5QH3V444

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/SP5QH3V444

GO Reference: GO-2014120-PRO-5401821
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Head of Procurement, Metropolitan Housing Trust Limited
The Grange, 100 High Street, Southgate
N14 6PW London
UNITED KINGDOM
E-mail:
Telephone: +44 2035354061

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.1.2014