Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

GLA 82559 Zero Carbon Accelerator (ZCA) Single Supplier Framework Agreement

  • Cyhoeddwyd gyntaf: 19 Ionawr 2024
  • Wedi'i addasu ddiwethaf: 19 Ionawr 2024

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03f5ab
Cyhoeddwyd gan:
Greater London Authority (GLA)
ID Awudurdod:
AA72634
Dyddiad cyhoeddi:
19 Ionawr 2024
Dyddiad Cau:
13 Mawrth 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This procurement is for the award of a collaborative single supplier Framework Agreement. This will be a collaborative Framework Agreement to be used by the Greater London Authority (GLA), ("the Contracting Authority"), the Greater London Authority Group and Transport for London Group and any of their functional bodies as well as other Authorities ("Framework Users"/"User Bodies") in the United Kingdom. A full list of potential Authorities ("Framework Users"/"User Bodies") is provided below under: Section VI. Complementary information VI.3 Additional information

These organisations will be able to quickly procure their own additional support from the single appointed Service Provider, without need for further competition. It also provides the ability for GLA to quickly expand the support programme if more funding becomes available in the future.

The Framework Agreement will be awarded based on the Most Economically Advantageous Tender (MEAT) in terms of Quality/Technical 60%, Social Value 10% and Commercial/Price 30%).

The award criteria have been developed to assist the Framework Agreement Contracting Authority in deciding which bidder to award a Framework Agreement as well as an initial GLA Call-Off Contract and any further Call-Off Contracts on the basis that their response represents the most economically advantageous tender. The award criteria are for the proposed Framework Agreement and the initial GLA Call-Off Contract.

At the same time as the Framework Agreement is awarded the GLA intends to also award an initial two-year Call-Off Contract.

Transfer of Undertakings (Protection of Employment) (TUPE)

The Transfer of Undertakings (Protection of Employment) Regulations 2006 applies to these services. It is the responsibility of Potential Service Providers to take their own advice and consider TUPE implications and to act accordingly. The Potential Service Providers are encouraged to carry out their own due diligence exercise. The GLA, the Framework Agreement Contracting Authority will be providing the information provided by the current Service Providers in good faith.

Please carefully read this entire Contract Notice and register your interest as soon as possible as per "Instructions on How to Register Your Interest" provided in V.I.3 additional information below.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Greater London Authority (GLA)

City Hall, Kamal Chunchie Way

London

E16 1ZE

UK

Person cyswllt: Claudia Newman

Ffôn: +44 2030540751

E-bost: claudianewman.cpt@tfl.gov.uk

NUTS: UKI

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.tfl.gov.uk

Cyfeiriad proffil y prynwr: https://www.london.gov.uk/

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://tfl.gov.uk/info-for/suppliers-and-contractors/opportunities


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://service.ariba.com/Supplier.aw


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

GLA 82559 Zero Carbon Accelerator (ZCA) Single Supplier Framework Agreement

Cyfeirnod: GLA 82559

II.1.2) Prif god CPV

71000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Greater London Authority (GLA) wishes to procure a four-year single-supplier Framework Agreement for the delivery of a new Zero Carbon Accelerator (ZCA) programme. The GLA envisages that the Framework Agreement will be awarded to a single Service Provider or consortium of Service Providers to deliver a capacity and capability building service to accelerate London's decarbonisation activities. This new support service, currently with the working title of 'Zero Carbon Accelerator (ZCA)', will be central to the GLA's aim to collaborate with organisations to help them achieve net zero carbon emissions by 2030.

This is a new exciting opportunity for bidding consultancy organisations. The GLA intend to award an initial two-year Call-Off Contract worth £9m over the two years, whilst estimating the cumulative value of these consultancy services through the Framework Agreement may increase up to £150m through direct awards by the GLA and all other organisations, Authorities (Framework Users/User Bodies).

We encourage bids by consortiums or lead-suppliers that include multiple suppliers to directly participate. This includes the involvement of small/medium enterprises and organisations in the third sector or public sector; the GLA encourages a proportion of contract value to go to SMEs.

The appointed single Service Provider or consortium of Service Providers will have demonstrable ability to provide high standard technical low carbon consultancy services covering a range of disciplines, including: programme co-ordination; marketing / engagement approach; strategic net zero planners; delivery project management; general technical support; technical experts in a range of areas including solar, local energy planning, domestic and non-domestic property analysis, low carbon heating, and building systems; public procurement; training / skills development; financial (general, not advice); funding / grant applications; knowledge management methods; grant management.

Please carefully read this entire Contract Notice, and register your interest as soon as possible as per "Instructions on How to Register Your Interest" provided in V.I.3 additional information below.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 150 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

71310000

79410000

II.2.3) Man cyflawni

Cod NUTS:

UKI


Prif safle neu fan cyflawni:

Greater London

II.2.4) Disgrifiad o’r caffaeliad

This procurement is for the award of a collaborative single supplier Framework Agreement. This will be a collaborative Framework Agreement to be used by the Greater London Authority (GLA), ("the Contracting Authority"), the Greater London Authority Group and Transport for London Group and any of their functional bodies as well as other Authorities ("Framework Users"/"User Bodies") in the United Kingdom. A full list of potential Authorities ("Framework Users"/"User Bodies") is provided below under: Section VI. Complementary information VI.3 Additional information

These organisations will be able to quickly procure their own additional support from the single appointed Service Provider, without need for further competition. It also provides the ability for GLA to quickly expand the support programme if more funding becomes available in the future.

The Framework Agreement will be awarded based on the Most Economically Advantageous Tender (MEAT) in terms of Quality/Technical 60%, Social Value 10% and Commercial/Price 30%).

The award criteria have been developed to assist the Framework Agreement Contracting Authority in deciding which bidder to award a Framework Agreement as well as an initial GLA Call-Off Contract and any further Call-Off Contracts on the basis that their response represents the most economically advantageous tender. The award criteria are for the proposed Framework Agreement and the initial GLA Call-Off Contract.

At the same time as the Framework Agreement is awarded the GLA intends to also award an initial two-year Call-Off Contract.

Transfer of Undertakings (Protection of Employment) (TUPE)

The Transfer of Undertakings (Protection of Employment) Regulations 2006 applies to these services. It is the responsibility of Potential Service Providers to take their own advice and consider TUPE implications and to act accordingly. The Potential Service Providers are encouraged to carry out their own due diligence exercise. The GLA, the Framework Agreement Contracting Authority will be providing the information provided by the current Service Providers in good faith.

Please carefully read this entire Contract Notice and register your interest as soon as possible as per "Instructions on How to Register Your Interest" provided in V.I.3 additional information below.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 60

Maes prawf ansawdd: Social Value / Pwysoliad: 10

Price / Pwysoliad:  30

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 150 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Not applicable

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

In the tender documentation

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the procurement documents


Lefel(au) gofynnol y safonau sydd eu hangen:

Selection criteria as stated in the procurement documents

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Selection criteria as stated in the procurement documents


III.2) Amodau sy’n gysylltiedig â’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-024534

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 13/03/2024

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 6  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 13/03/2024

Amser lleol: 13:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.3) Gwybodaeth ychwanegol

Instructions on how to register your interest in this opportunity and access the Invitation to Tender (ITT) documents:

Please send an email as soon as possible to Claudia Newman, the Procurement Lead (email: ClaudiaNewman.cpt@tfl.gov.uk ) informing us of your interest in participating in this Open Tender Procedure.

The procurement process for the GLA Zero Carbon Accelerator is being carried out electronically via the SAP Ariba Portal. To be able to participate in the tender you must be registered on TfL's SAP Ariba.

If you are not yet registered on the SAP Ariba Portal

You are advised to register as soon as possible to access the Invitation To Tender documents (ITT) and to submit a tender proposal via the SAP Ariba Portal by the deadline.

You can find the Supplier Self-registration Request Form via the link below:

https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL

As soon as you have successfully registered on the SAP Ariba Portal please send an email to Claudia Newman, the Procurement Lead (email: ClaudiaNewman.cpt@tfl.gov.uk confirming that you have successfully registered on the SAP Ariba Portal under your company and providing the company name you are registered under and I will add you to the competition process, i.e. the Sourcing Event on TfL's SAP Ariba.

If you are already registered on the SAP Ariba Portal.

Please send an email to Claudia Newman, the Procurement Lead, (email: ClaudiaNewman.cpt@tfl.gov.uk) confirming that you are registered under your company and providing the company name you are registered under, I will add you to the competition process, i.e. the Sourcing Event on TfL's SAP Ariba.

Please note:

• Your tender proposal must be submitted via the SAP Ariba Portal before the deadline.

• You are advised to allow plenty of time to fully upload your full tender proposal and complete the SAP Ariba steps required to ensure your submission has been fully and correctly submitted. If you have any issues please contact the Ariba Supplier Enablement Team as soon as possible. Ariba_supplier_enablement@tfl.gov.uk.

Upon award the Framework Agreement is for use by the Greater London Authority (GLA), ("the Contracting Authority"), the Greater London Authority Group and Transport for London Group and any of their functional bodies as well as other Authorities ("Framework Users"/"User Bodies") in the United Kingdom and which fall into one or more of the following categories:

1. Any of the following organisations, and any of their successors:

(a) Ministerial government departments;

(b) Non ministerial government departments;

(c) Executive agencies of government and other subsidiary bodies

(d) Non-Departmental Public Bodies (NDPBs), including advisory NDPBs, executive NDPBs, and tribunal NDPBs;

(e) All non-Crown Status Government Companies wholly or partly owned by Central Government Departments and their subsidiaries. Assembly Sponsored Public Bodies (ASPBs);

(f) Police forces;

(g) Fire and rescue services;

(h) Ambulance services;

(i) Maritime and coastguard agency services;

(j) NHS bodies;

(k) Educational bodies or establishments including state schools (nursery schools, primary schools, middle or high schools, secondary schools, special schools), academies, colleges, Pupil Referral Unit (PRU), further education colleges and universities;

(l) Hospices;

(m) National Parks;

(n) Housing associations, including registered social landlords;

(o) Third sector and charities;

(p) Citizens advice bodies;

(q) Councils, including county councils, district councils, county borough councils, community councils, London borough councils, unitary councils, metropolitan councils, parish councils;

(r) Other Public Bodies and Public corporations and their subsidiary bodies sponsored by Central Government Departments which are not covered by named categories in this Authorised Customer list;

(s) Public financial bodies or institutions;

(t) Public pension funds;

(u) Central banks; and

(v) Civil service bodies, including public sector buying organisations.

(w) Community and Cultural Institutions

All new bodies created which fall within the criteria of this 1) Authorised Customer list

2. Those listed and maintained by the Government on their website at

https://www.gov.uk/government/organisations or any replacement web-link.

3. Those listed and maintained by the Office of National Statistics (ONS) at

https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement web-link.

4. Those set out in the definition of "Contracting Authority" in regulation 2(1) of the Public Contracts Regulations 2015 (PCR), namely:

(a) the State, regional or local authorities. This covers parliament, central government, regional government and local government;

(b) associations formed by one or more regional or local authorities;

(c) bodies governed by public law, as defined under regulation 2(1) of PCR, including any subsidiary and sponsoring department of such bodies. A body which operates in normal market conditions, aims to make a profit, and bears the losses resulting from the exercise of its activity shall not be considered as being a 'body governed by public law' since the needs in the general interest, that it has been set up to meet or been given the task of meeting, can be deemed to have an industrial or commercial character;

(d) associations formed by one or more bodies governed by public law, including any (applicable) joint venture or corporation; and

(e) central government authorities, as defined under regulation 2(1) of PCR, and listed in Schedule 1 PCR

Please note:

1) This procurement is being conducted in accordance with the Framework Agreement Contracting Authority's drive to deliver best value whilst meeting its own requirements. At the end of this procurement process, the Framework Agreement Contracting Authority may choose to award or not award a Framework Agreement and an initial GLA Call-Off Contract for the Zero Carbon Accelerator (ZCA). Any Framework Agreement and/or Call-Off Contracts, will be to the Bidder, who submitted the most economically advantageous tender.

The Authority also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a Framework Agreement / Contract, whether such discontinuance is related to the content of tenders or otherwise. In such circumstances, the Authority will not reimburse any costs/expenses incurred by any person in the consideration of and / or response to this document. You make all tenders, proposals and submissions relating to this ITT entirely at your own risk. You are reminded that you are solely responsible for the costs, which you incur, as a result of your participation in this procurement.

2) Nothing in this Contract Notice (and associated procurement documents) will be taken as constituting an offer (whether implied or otherwise), or any agreement, whether express or implied between the Authority and any other party.

3) Entering into this Framework Agreement does not guarantee any level of Services that will be called-off by the Greater London Authority (GLA) and/or any other authority.

4) Economic Operators must read the instructions carefully before proceeding with registration and are advised to satisfy themselves that they understand all the requirements of this procurement

5) Transport for London (TfL) is a complex organisation operating both as an executive agency of the Greater London Authority (GLA) under the direction of the Mayor of London and as provider of transport services. The scope of the proposed services may encompass activities within the scope of both Directive 2014/24/EU of the European Parliament and of the Council and Directive 2014/25//EU of the European Parliament and of the Council (Services to be provided in relation to activities will not be subject to a separate notice, the services may be provided to the GLA, TfL and/or its subsidiaries and may also encompass London Regional Transport (LRT) and/ or the GLA and any of the functional bodies).

6) Further information on TfL may be found at www.tfl.gov.uk and https://www.tfl.gov.uk/corporate/publications-and-reports/procurement-information

7) All discussions and meetings will be conducted in English.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Transport for London

London

UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Transport for London

London

UK

E-bost: ClaudiaNewman.cpt@tfl.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.london.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

17/01/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
71000000 Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio Adeiladu ac Eiddo Tiriog
79410000 Gwasanaethau ymgynghori ar fusnes a rheoli Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig
71310000 Gwasanaethau ymgynghorol ar gyfer peirianneg ac adeiladu Gwasanaethau peirianneg

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
claudianewman.cpt@tfl.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.