
Market Leads & Opportunities
United Kingdom-Cranfield: Petroleum products, fuel, electricity and other sources of energy
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 021-034929/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Grand Union Housing Group
Postal address: Derwent House, University Way
Town: Cranfield
Postal code: MK43 0AZ
Country: United Kingdom
Contact Person: Suzanne Wilkinson
Telephone: +44 3456349500
Email: s.wilkinson-thomas@tridentutilities.co.uk
Nuts code: UK
Internet address(es):
Main address:
The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.mytenders.org
another address:Official name: Trident Utilities Limited
Postal address: Trident House, Whitehills Road, Whitehills Business Park
Town: Blackpool
Postal code: FY4 5LW
Country: United Kingdom
Contact Person: Suzanne Wilkinson-Thomas
Telephone: +44 3456349500
Email: s.wilkinson-thomas@tridentutilities.co.uk
Nuts code: UK
Internet address(es):
Main address:
Tenders or requests to participate must be submitted:
electronically via:www.mytenders.org
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Grand Union Housing Electricity and Gas Procurement Framework.
II.1.2) Main CPV code: 09000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Grand Union Housing Group (GUH) are seeking Electricity and Gas Suppliers who are interested in award to their Electricity and Gas Procurement Framework.
Administered by Trident Utilities Limited, the Grand Union Housing Electricity and Gas Procurement Framework will be split into four separate Lots and has been developed to enable GUH and other committed contracting authorities in both Housing and Education as well as other interested public bodies identified in the tender documentation and in this notice, to benefit from increased Supplier competition and lower priced electricity and gas.
II.1.5) Estimated total value:
Value excluding VAT: 300000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: Electricity Fixed Price Supply Contracts
Lot No:1
II.2.2) Additional CPV code(s)
09000000
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Suppliers are tendering for potential award to Lot 1 of the Framework, which is for the supply of electricity on a fixed price contract basis to a range of contracting authorities based in England, Scotland and Wales. A list of eligible contracting authorities has been detailed within the ITT documentation.
An unlimited number of Suppliers (anticipated to be no more than 20) will be awarded to this Framework Lot subject to meeting the minimum standards detailed in the ITT and will then have the opportunity to bid for future Call-Off Contracts, which will be awarded by way of Mini-Competitions.
The detailed specification and further information about the basis for award of Call-Off Contracts can be found in the ITT Documentation, which is available through www.mytenders.org
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: 100000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Electricity Flexible Priced Supply Contracts
Lot No:2
II.2.2) Additional CPV code(s)
09000000
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Suppliers are tendering for potential award to Lot 2 of the Framework, which is for the supply of electricity on a flexible priced contract basis to a range of contracting authorities based in England, Scotland and Wales. A list of eligible contracting authorities has been detailed within the ITT documentation.
An unlimited number of Suppliers (anticipated to be no more than 20) will be awarded to this Framework Lot subject to meeting the minimum standards detailed in the ITT and will then have the opportunity to bid for future Call-Off Contracts, which will be awarded by way of Mini-Competitions.
The detailed specification and further information about the basis for award of Call-Off Contracts can be found in the ITT Documentation, which is available through www.mytenders.org
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: 50000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Natural Gas Fixed Price Supply Contracts
Lot No:3
II.2.2) Additional CPV code(s)
09000000
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Suppliers are tendering for potential award to Lot 3 of the Framework, which is for the supply of natural gas on a fixed price contract basis to a range of contracting authorities based in England, Scotland and Wales. A list of eligible contracting authorities has been detailed within the ITT documentation.
An unlimited number of Suppliers (anticipated to be no more than 20) will be awarded to this Framework Lot subject to meeting the minimum standards detailed in the ITT and will then have the opportunity to bid for future Call-Off Contracts, which will be awarded by way of Mini-Competitions.
The detailed specification and further information about the basis for award of Call-Off Contracts can be found in the ITT Documentation, which is available through www.mytenders.org
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: 100000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.1) Title: Natural Gas Flexible Priced Supply Contracts
Lot No:4
II.2.2) Additional CPV code(s)
09000000
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Suppliers are tendering for potential award to Lot 4 of the Framework, which is for the supply of natural gas on a flexible priced contract basis to a range of contracting authorities based in England, Scotland and Wales. A list of eligible contracting authorities has been detailed within the ITT documentation.
An unlimited number of Suppliers (anticipated to be no more than 20) will be awarded to this Framework Lot subject to meeting the minimum standards detailed in the ITT and will then have the opportunity to bid for future Call-Off Contracts, which will be awarded by way of Mini-Competitions.
The detailed specification and further information about the basis for award of Call-Off Contracts can be found in the ITT Documentation, which is available through www.mytenders.org
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: 50000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
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:Suppliers are required to hold a UK Supply Licence for Electricity and/or Natural Gas (dependent upon Framework Lots applied for).
All other mandatory requirements for participation have been detailed within the ITT and supplementary documentation. Suppliers are advised to read the documentation thoroughly in order to ensure that they can meet the mandatory requirements.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:20IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-02-28 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2017-05-29
IV.2.7) Conditions for opening tenders
Date: 2017-02-28 Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
VI.3) Additional information:
Grand Union Housing Group is seeking to put in place an OJEU compliant Framework Agreement for the procurement of electricity and natural gas to provide themselves and other eligible contracting authorities with a compliant route to market, giving due consideration to the unique market conditions and pricing mechanisms. The Framework has been developed to deliver lower energy prices for Framework Buyers, by enabling them to strategically time the placement of their energy contracts, and to capitalise on opportunities presented by price volatility as well as economies due to increased competition.
Grand Union has appointed Trident Utilities to issue the Contract Notice; administrate the Framework on their behalf and assist in the formulation of the ITT; responding to clarification requests; the evaluation of tender responses and Supplier selection. Trident will also register all users wishing to use the Framework; maintain detailed records of the Call-Off Contracts awarded; monitor ongoing Supplier Performance and Customer Satisfaction Levels and assist Framework Buyers with the Mini-Competition award process for Calling Off Contracts.
The proposed Framework Agreement has several committed future participants who are contracting authorities in the Social Housing and Education sectors, with other contracting authorities having expressed an interest in potentially using the Framework in the future.
The contracting authorities who are eligible to use the Framework Agreement fit into the following categories and can be identified by following the relevant links that follow:
Housing associations and those involved in public funded social housing.
England.
Wales.
Scotland.
,com_membersdir/Itemid,149/view,membersdir/
Local and regional authorities.
England & Wales.
Scotland.
NHS Bodies including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital. Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities
England.
Wales.
Scotland.
Schools, academies, colleges, universities and other educational bodies
England & Wales.
Scotland.
h
ttp://www.universities-scotland.ac.uk/member-universities/
British Monarchy.
Grand Union Housing accepts no responsibility for inaccuracies in the estimated value of business and award to the Framework will represent no guarantee of future business or right to exclusivity.
Difficulties accessing this ITT? Please contact s.wilkinson-thomas@tridentutilities.co.uk or d.robertson@tridentutilities.co.uk
Note: to register your interest in this notice and obtain any additional information please visit the myTenders Web Site at
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:189769).
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court of England & Wales
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000
VI.4.2) Body responsible for mediation procedures
Official name: High Court of England & Wales
Postal address: Royal Courts of Justice, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
This tender will be subject to a minimum 10 day standstill period, which will commence upon the award notification for the framework lots.
VI.5) Date of dispatch of this notice:2017-01-27
More Opportunties
- United Kingdom-Manchester: Plant and Equipment – Repair/Maintenance and Supply
25 Jul 25
To supply, maintain, service and repair all items of GM plant and equipment: Lot 1 - Supply and Repairs to Hand Held Plant Lot 2 - Supply and Repair and Maintenance of Ride/Stand On Plant and Trailers> > - United Kingdom-Belfast: Supply and Delivery of Herbicides
25 Jul 25
The Housing Executive required a contract for the supply and delivery of herbicides.> > - AA-197-25-CON Consignment for Arthrex NP67423 Arthroscopy Instruments UHA
25 Jul 25
Consignment for Arthrex NP67423 Arthroscopy Instruments UHA.> >