
Market Leads & Opportunities
United Kingdom-Grimsby: Petroleum products, fuel, electricity and other sources of energy
Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (15/S 217-395798/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Award criteria: Most economic bid
Type of bid required: Not applicable
Contract award notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
The Inenco Group C/O Shoreline Housing Partnership Limited
Shoreline House Westgate Park, Charlton Street, North East Lincolnshire
Grimsby
Postal code: DN31 1SQ
United Kingdom
For the attention of: Victoria Lapsins
Email: victoria.lapsins@inenco.com
Internet Address(es):
General address of the contracting authority:
I.2) Type of the contracting authority:
OTHER: central purchasing body
I.3) Main activity: General public services,Defence,Public order and saftey,Environment,Economic and financial affairs,Health,Housing and community amenities,Social protection,Recreation culture and religion,Education
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object of the contract
II.1) Description:
II.1.1) Title attributed to the contract:
Energy Portfolio Services Framework.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: Across the United Kingdom, excluding Northern Ireland.
Nuts code: UK
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):
The Invitation to Tender (ITT) was issued to establish an electricity and gas portfolio services framework for a central purchasing body covering the UK. The lead contracting authority for the tender was Shoreline Housing Partnership (Shoreline), and the resulting framework agreement is managed by Inenco, acting as the agent for the central purchasing body. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102, and is also available for use by all current and future members of the central purchasing body.
Shoreline is a provider of affordable housing in North East Lincolnshire. Shoreline owns and manages 7 900 homes which were formally run by North East Lincolnshire Council before the tenants voted by a ratio of 2-to-1 to transfer the management of their homes.
Shoreline officially began on 21.3.2005; it is a non-profit making organisation that is separate from the Council and is registered with the Homes and Communities Agency (the independent regulator for affordable housing who ensure that Shoreline keeps its promises to tenants and that Shoreline meets strict performance standards). Shoreline’s Chief Executive is Tony Bramley.
Founded in 1968 and head-quartered in Lytham, Lancashire; the Inenco Group (made up of Inenco and Inenco Direct — A company delivering energy services specifically to SME’s) is 1 the UK’s largest energy consultancies, providing Britain’s biggest businesses with strategic energy solutions, from specialist procurement services to energy management. We procure more than 3 200 000 GBP of power and gas annually, making us the single largest third-party purchaser of energy in the country. Over 400 employees serve over 9 000 customers across the UK and Europe, from small businesses to major industrial and commercial energy users.
Tender Information:
The ITT was issued in accordance with the Open Procedure under the Public Contracts Regulations 2015 #102. The ITT set out the information which was required by the client in order to assess the suitability of suppliers in terms of their ability to deliver the requirements of the framework.
The client sought bids from suppliers to participate in an electricity and gas portfolio services framework, covering the following lots:
1. Lot 1: Non-half hourly (NHH) electricity,
2. Lot 2: Half hourly (HH) electricity,
3. Lot 3: Gas.
The primary requirement for this framework is for the flexible procurement solution for non-half hour electricity portfolios (Lot 1), half hourly electricity portfolios (Lot 2) and gas portfolios (Lot 3) where clients are aggregated into a trade shape to enable consolidated trading. The electricity and gas shall be purchased via the wholesale market, and the prices shall be translated into fully delivered costs on a site-by-site basis. Within the aggregated portfolios, there should be a number of trading strategies available.
Currently, Inenco operate 3 forwarding buying options, and 1 spot buying option within each portfolio. Contracting authorities should have the ability to apportion volume across the strategies and the ability to switch between the strategies, however, this will be controlled by Inenco and will be limited to set times of the year. At the end of the trading process, the portfolio should be de-aggregated providing individual meters with prices reflective of their load profile.
The framework is to cover call off contracts made within England, Scotland and Wales, but excludes Northern Ireland. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102, and is also available for use by all current and future members of the central purchasing body. Please see the Additional Information section within this Contract Award Notice for further details. The final framework consists of 1 supplier per lot.
The estimated value over the framework period is anticipated to be up to 488 000 000 GBP excluding VAT, however this is an estimate only. The maximum levels of expenditure per lot are estimated to be as follows:
1. Lot 1: 200 000 000 GBP over the framework period excluding VAT;
2. Lot 2: 200 000 000 GBP over the framework period excluding VAT;
3. Lot 3: 88 000 000 GBP over the framework period excluding VAT.
These values are estimates only. The client accepts no responsibility for inaccuracies in the estimates provided. This is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful bidders participating in the resulting framework agreement. Award of a position on this framework to any supplier does not guarantee any contracts will be awarded to the supplier under the framework.
II.1.5) Common procurement vocabulary (CPV):
09000000, 09121200, 09310000,
II.1.6) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.2) Total final value of contract(s):
II.2.1) Total final value of contract(s):
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.2) Award criteria:
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated below:
1. Quality. Weighting 50
2. Cost. Weighting 50
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:
Contract notice
Notice number in the OJEU:
2015/S 162-296327 of 22.08.2015
Section V: Award of contract
Lot Title: Non-half hourly (NHH) electricity
Contract No: 1
Lot No: 1
Lot title: Non-half hourly (NHH) electricity
V.1) Date of contract award decision:
20.10.2015
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Opus Energy Limited
Lambourne House, 311-321 Banbury Road, Summertown
Oxford
OX2 7JH
United Kingdom
Phone: +44 7901228195
V.4) Information on value of contract:
V.5) Information about subcontracting:
Lot Title: Half hourly (HH) electricity
Contract No: 2
Lot No: 2
Lot title: Half hourly (HH) electricity
V.1) Date of contract award decision:
20.10.2015
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Smartestenergy Limited
Dashwood House, 69 Old Broad Street
London
EC2M 1QS
United Kingdom
Phone: +44 7720088156
V.4) Information on value of contract:
V.5) Information about subcontracting:
Lot Title: Gas
Contract No: 3
Lot No: 3
Lot title: Gas
V.1) Date of contract award decision:
20.10.2015
V.2) Information about offers:
Number of offers received: 5
Number of offers received by electronic means: 5
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Gazprom Marketing & Trading Retail Limited T/A Gazprom Energy
20 Triton Street
London
NW1 3BF
United Kingdom
Phone: +44 7740240666
V.4) Information on value of contract:
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:
The client sought bids from suppliers to participate in an Energy Portfolio Services Framework. This framework is to cover call off contracts made within England, Scotland and Wales, but excludes Northern Ireland. The framework is available for use by all contracting authorities as defined by Regulation 2 of the Public Contracts Regulations 2015 #102, including but not limited to the following definable groups:
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
—
This link provides an opportunity to search for local authorities in England, with further links to search for local authorities in Wales and Scotland:
The framework is also available to all current and future members of the central purchasing body.
VI.3) Procedures for appeal:
VI.3.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:This tender process incorporated a minimum 10 calendar day standstill period at the point information on the award of the framework was communicated to tenderers. Tenderers could have raised appeals directly with the client via the contact points detailed in Section I.1) of the contract notice. If an appeal regarding the award of the framework had not successfully been resolved between the tenderer and the client, then the Public Contracts Regulations 2015 #102 provided for aggrieved parties who had been harmed or were at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4) Date of dispatch of this notice:
05.11.2015
More Opportunties
- United Kingdom-Leicester: PNC Link
9 May 25
NDI PNC link (installation, configuration, IT training for PNC Fasttrack, incl. remote installation of Cleartone) NDI PNC Link - Cleartone XML RTU Five Years.> > - Welding Equipment – Energy Transition Skills Hub
9 May 25
A key part of the Energy Transition Skills Hub will be welding facilities which will provide hands on training for NESCol students and the wider community. This tender relates to the Welding Equipment. The overall refurbishment plan, requires> > - United Kingdom-York: Supply and Installation of Tractor
9 May 25
Askham Bryan College is looking to procure a new compact tractor to support land-based education and training, equipping students with industry-relevant skills and certifications.> >