UK-London: Meter reading service.

UK-London: Meter reading service.
Section I: Contracting Authority
I.1) Name and addresses
Low Carbon Contracts Company Ltd
Fleetbank House, 2-6 Salisbury Square, London, EC4Y 8JX, United Kingdom
Tel. +44 2081879297, Email: procurement@lowcarboncontracts.uk
Main Address: https://www.lowcarboncontracts.uk/
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Meter-reading-service./Z7AJQD787Q
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Environment

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: LCCC Metering Assurance Service Provider (MASP)
Reference Number: CRN2021-001
II.1.2) Main CPV Code:
65500000 - Meter reading service.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: LCCC requires a third party specialist advisor/ contractor to provide expert advice and services in relation to the metering requirements set out in the Contracts for Difference (CFD) and Capacity Market (CM) rules under the Electricity Market Reform. LCCC requires the winning contractor to continue and expand the existing metering activities to achieve accurate forecasting, administration of correct payments, expert BSC advice, provide an active service desk and perform the required desktop and physical metering checks as set in the relevant working practices. The winning contractor will support the existing metering activities to strengthen the structure, efficiency, control and oversight to the contract management and metering assurance function.
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
65300000 - Electricity distribution and related services.
38554000 - Electricity meters.

II.2.3) Place of performance:
UKI LONDON

II.2.4) Description of procurement: LCCC requires a third party specialist advisor/ contractor to provide expert advice and services in relation to the metering requirements set out in the Contracts for Difference (CFD) and Capacity Market (CM) rules under the Electricity Market Reform. LCCC requires the winning contractor to continue and expand the existing metering activities to achieve accurate forecasting, administration of correct payments, expert BSC advice, provide an active service desk and perform the required desktop and physical metering checks as set in the relevant working practices. The winning contractor will support the existing metering activities to strengthen the structure, efficiency, control and oversight to the contract management and metering assurance function.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: the initial contract period is about 60 months, with optional extension up to 12 months.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://lccc.delta-esourcing.com/respond/Z7AJQD787Q


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/03/2021 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 25/03/2021
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2025
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://lccc.delta-esourcing.com/tenders/UK-UK-London:-Meter-reading-service./Z7AJQD787Q

To respond to this opportunity, please click here:
https://lccc.delta-esourcing.com/respond/Z7AJQD787Q
VI.4) Procedures for review
VI.4.1) Review body:
Low Carbon Contracts Company Ltd
Fleetbank House, 2-6 Salisbury Square, London, EC4Y 8JX, United Kingdom
Tel. +44 2081879297
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 22/02/2021

Annex A