
Market Leads & Opportunities
United Kingdom-Newcastle upon Tyne: Petroleum products, fuel, electricity and other sources of energy
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 214-444338/EN)
Nature of contract: Supply contract
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: North East Procurement Organisation (Central Purchasing Body)
Postal address: Guildhall
Town: Newcastle upon Tyne
Postal code: NE1 3AF
Country: United Kingdom
Telephone: +44 7768817978
Email: marie.perriam@nepo.org
Internet address(es):
Main address: www.nepo.org
Official name: Darlington Borough Council (Framework Contract Participant)
Postal address: Town Hall, Feethams
Town: Darlington
Postal code: DL1 5QT
Country: United Kingdom
Email: customerservices@darlington.gov.uk
Internet address(es):
Main address: www.darlington.gov.uk
Official name: Durham County Council (Framework Contract Participant)
Postal address: County Hall
Town: Durham
Postal code: DH1 5UL
Country: United Kingdom
Email: help@durham.gov.uk
Internet address(es):
Main address: www.durham.gov.uk
Official name: Gateshead Council (Framework Contract Participant)
Postal address: Civic Centre, Regent Street
Town: Gateshead
Postal code: NE8 1HH
Country: United Kingdom
Email: customerservices@gateshead.gov.uk
Internet address(es):
Main address: www.gateshead.gov.uk
Official name: Hartlepool Borough Council (Framework Contract Participant)
Postal address: Civic Centre, Victoria Road
Town: Hartlepool
Postal code: TS24 8AY
Country: United Kingdom
Email: customer.service@hartlepool.gov.uk
Internet address(es):
Main address: www.hartlepool.gov.uk
Official name: Middlesbrough Borough Council (Framework Contract Participant)
Postal address: Civic Centre, Albert Road
Town: Middlesbrough
Postal code: TS1 9FX
Country: United Kingdom
Email: contactcentre@middlesbrough.gov.uk
Internet address(es):
Main address: www.middlesbrough.gov.uk
Official name: Newcastle City Council (Framework Contract Participant)
Postal address: Civic Centre, Barras Bridge
Town: Newcastle upon Tyne
Postal code: NE1 7RS
Country: United Kingdom
Email: csc@newcastle.gov.uk
Internet address(es):
Main address: www.newcastle.gov.uk
Official name: North Tyneside Council (Framework Contract Participant)
Postal address: Quadrant, Silverlink North
Town: North Tyneside
Postal code: NE27 0BY
Country: United Kingdom
Email: contactus@northtyneside.gov.uk
Internet address(es):
Main address: www.northtyneside.gov.uk
Official name: Redcar and Cleveland Borough Council (Framework Contract Participant)
Postal address: Redcar and Cleveland House, Kirkleatham Street
Town: Redcar
Postal code: TS10 1RT
Country: United Kingdom
Email: contactus@redcar-cleveland.gov.uk
Internet address(es):
Main address: www.redcar-cleveland.gov.uk
Official name: South Tyneside Council (Framework Contract Participant)
Postal address: Hawthorne House, Viking Business Park
Town: Jarrow
Postal code: NE32 3DP
Country: United Kingdom
Email: customerhelp@southtyneside.gov.uk
Internet address(es):
Main address: www.southtyneside.gov.uk
Official name: Stockton Borough Council (Framework Contract Participant)
Postal address: Municipal Buildings
Town: Stockton
Postal code: TS18 1LD
Country: United Kingdom
Email: customer.comments@stockton.gov.uk
Internet address(es):
Main address: www.stockton.gov.uk
Official name: Sunderland City Council (Framework Contract Participant)
Postal address: Civic Centre, Burdon Road
Town: Sunderland
Postal code: SR2 7DN
Country: United Kingdom
Email: enquiries@sunderland.gov.uk
Internet address(es):
Main address: www.sunderland.gov.uk
I.2) Joint Procurement:
The contract involves joint procurement
The contract is awarded by central purchasing body
I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:www.nepoportal.org
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:www.nepoportal.org
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: NEPO301 Electricity Supply and Demand Framework Agreement.
Reference number: NEPO301
II.1.2) Main CPV code: 09000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: The Association of North East Councils Trading as the North East Procurement Organisation (NEPO) is seeking tenders for electricity supply and demand side services. Tenderers must hold a Non-Domestic Supply License as issued by OFGEM.
The Framework Agreement supply side services will include NEPO trading electricity on a fully flexible basis (amongst other products) and the subsequent supply of electricity to the NEPO portfolio to Half Hourly (HH), non-Half Hourly (NHH) and Street Lighting (both HH and Unmetered Supply (UMS). Included in the supply side of the scope is Data Collector (DC) and Data Aggregator (DA). Also included in the scope of the Framework Agreement is the provision of Automatic Meter Reading and associated services and systems.
The Framework Agreement demand side services will include the intelligent management and reduction of required electricity demand.
II.1.5) Estimated total value:
Value excluding VAT: 500000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
09310000, 65000000
II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
NEPO are using a two-stage Competition with Negotiation procedure to procure this Framework Agreement. The first stage is a Selection Questionnaire which will be used to shortlist organisations. It should be noted that one of the key mandatory criteria at Selection Questionnaire stage is for organisations to hold a non-domestic electricity supply licence. Shortlisted organisations will then be invited to tender in January 2018. The Selection Questionnaire document also contains an ITT Overview that sets out the high-level requirements of the Framework Agreement. This document will allow organisations to determine if they are interested in this opportunity and consider whether they have the required capability and capacity to deliver the Framework Agreement prior to submitting a Selection Questionnaire. The Framework Contract will be a sole supplier Framework Contract with one Lot. Those organisations shortlisted from Selection Questionnaire and invited to tender will be evaluated in accordance with the Award Criteria contained within the Invitation to Tender documents. NEPO may then negotiation with an organisation(s) in line with the requirements of the Competition with Negotiation procedure. NEPO also reserve the right not to enter into negotiation and accept an initial Tender. The opportunity can be accessed via the NEPO eTender system. Suppliers wishing to be considered for this contract must register their expression of interest and submit a tender through the NEPO eTender system. If not already registered, candidates should register on the NEPO eTender system at Tenders must be submitted using the link above. Tenders submitted via postal or email methods will not be accepted. If you require time-critical assistance on submitting your Tender please contact the System Support Team on 0330 0050352. For non-time critical issues, such as passwords, general account queries and location of information etc. please contact Proactis Supplier Support Helpdesk Ticketing System () and select ProContract V3 support. You will then need to log in or submit a ticket to register your issue. Alternatively, you can email ProContractSuppliers@proactis.com this will automatically log a support ticket on the Proactis Supplier Support Helpdesk. NEPO does not give any guarantee and/or warrant the actual value of the goods (if any) which will be placed with the successful suppliers by any Contracting Authority using the Framework Contract pursuant to this process and accepts no liability thereof.
II.2.5) Award criteria
Criteria below
Quality criterion -Name: Framework Agreement Management/Weighting:20 %Quality criterion -Name: Electricity Supply Product/Weighting:20 %Quality criterion -Name: Buying and Risk Management/Weighting:20 %Quality criterion -Name: Demand Side Services/Weighting:10 %Quality criterion -Name: Social Value/Weighting:5 %
Cost criterion -Name: Cost/Weighting:25 %
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 80
This contract is subject to renewalyes Description of renewals:This Framework Contract will be a direct replacement for the current NEPO Electricity Framework Contract. It is anticipated that the proceeding Framework Contract will be subject to future renewals.
Framework Contract Period: 8 months implementation, 48 months supply contract commencing 1st April 2019 with the option to extend for up to a further 24 months.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates: A maximum of 8 organisations will be shortlisted from this Selection Questionnaire (SQ) and invited to tender, assuming that there are at least 8 suitably qualified organisations that pass the minimum criteria.
If there are less than 8 organisations that pass the minimum criteria then only those that pass will be invited to tender.
If there are more than 8 organisations that pass the minimum criteria then the 8 highest scoring organisations only, based on the three scored questions in the SQ, will be invited to tender.
The minimum criteria is documented in Schedule 1 Selection Question. This includes a minimum threshold that must be achieved on each of the three scored questions.
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.1.2) 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
III.2.2) Contract performance conditions: Details are contained within the Procurement Documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Competitive procedure with negotiation
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 a single operator
In the case of framework agreements,provide justification for any duration exceeding 4 years:
Due to the complexity of the Framework Agreement and the requirement to forward purchase electricity.
IV.1.4) Information about the reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiationsIV.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:2017/S 136-278451
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-12-08 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2018-01-10
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
Duration in months:6(from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:48 — 72 months from Framework Contract supply commencement date.
VI.2) Information about electronic workflows
VI.3) Additional information:
It is understood the following NEPO Associate Members will use the Framework Contract from its commencement: Cestria Housing, Cleveland Fire Brigade, Cleveland Police, Derwentside Housing, Durham Constabulary, East Durham Homes, Gateshead College. Livin Housing, Middlesbrough College, Nexus, Northumbria Police, St Hildas Academy and Sunderland College. The NEPO Member Authorities that will use the Framework Contract are listed at the start of this Contract Notice.
NEPO is a Central Purchasing Body as defined in the Public Contract Regulations 2015 (PCR15). This means that NEPO may provide central purchasing activity on behalf of Contracting Authorities. The agreement will be available for use by all NEPO Members within the North East, North Yorkshire and Cumbria regions. A list of member organisations is available in the About section of the NEPO website at: www.nepo.org.
This agreement will also be made available to all current and future NEPO Associate Members throughout the North East, North Yorkshire and Cumbria regions. Current Associate Members are listed in the Associate Member section of the NEPO website at: www.nepo.org/associate-membership/list.
NEPO intends to make the resulting agreement available for use by all Contracting Authorities throughout the North East, North Yorkshire and Cumbria regions (as defined by the Public Contracts Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities.
Please see the following websites for further details:-
home.xhtml
A complete list of permissible users is shown on the NEPO website below:
Organisations wishing to access the NEPO agreement will be required to register as a NEPO Associate Member in the first instance.
Further information can be found at: www.nepo.org
VI.4) Procedures for review
VI.4.1) Review body
Official name: North East Procurement Organisation
Postal address: Guildhall, Quayside
Town: Newcastle upon Tyne
Postal code: NE1 3AF
Country: United Kingdom
Telephone: +44 7768817978
E-mail: marie.perriam@nepo.org
Internet address: www.nepo.org
VI.4.2) Body responsible for mediation procedures
Official name: North East Procurement Organisation
Postal address: Guildhall, Quayside
Town: Newcastle upon Tyne
Postal code: NE1 3AF
Country: United Kingdom
Telephone: +44 7768817978
E-mail: marie.perriam@nepo.org
Internet address: www.nepo.org
VI.4.4) Service from which information about the review procedure may be obtained
Official name: North East Procurement Organisation
Postal address: Guildhall, Quayside
Town: Newcastle upon Tyne
Postal code: NE1 3AF
Country: United Kingdom
Telephone: +44 7768817978
E-mail: marie.perriam@nepo.org
Internet address: www.nepo.org
VI.5) Date of dispatch of this notice:2017-11-06
More Opportunties
- Engage with Suppliers in the Materials Handling Market
23 Jun 25
The Awarding Authority is seeking to engage with suppliers in the materials handling market, as part of pre-tender engagement exercise to gain information to inform an upcoming procurement for the provision of Waste Handling Plant Equipment. The Council o> > - YTHFM – Low bed Replacment
23 Jun 25
Further competition via Health Trust Europe Beds, Mattresses, Patient Moving Supplies and Services Framework SF053302 - Lot 1 - Medical Beds This is a ten year contract. Value is based on the initial requirement> > - Award of Provision of Student Placement Software (GCU)
23 Jun 25
Glasgow Caledonian University has identified a requirement for the renewal of student placement software. This software will assist in allocating, administering and managing School of Health and Life Sciences students in work placements.> >