web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Bristol: Petroleum products, fuel, electricity and other sources of energy

Type of document: Dynamic purchasing system
Country: United Kingdom
OJEU Ref: (2016/S 180-322341/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Dynamic purchasing system
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Bristol City Council
Postal address: City Hall, College Green
Town: Bristol
Postal code: BS1 5TR
Country: United Kingdom
Contact Person: Ms Polly Brand
Telephone: +44 1179224437
Email: polly.brand@bristol.gov.uk
Nuts code: UK
Internet address(es):
Main address:
Address of the buyer profile:

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:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other activity: energy services

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: CON — Supply of Electricity and Gas — Dynamic Purchasing System.

Reference number: DN108673
II.1.2) Main CPV code: 09000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Bristol City Authority (BCC) is seeking to establish a DPS which is open nationally for the use of UK public sector bodies and non-profit making organisation(s), subject to an access agreement between BCC and Authorised Purchaser(s). BCC may use the DPS to tender for supply contracts for its own metered sites and Highway unmetered supply installations, to schools for which it is LEA, and to Clients for whom it offers energy services. There is no guarantee of any contracts being awarded from this DPS. The award criteria for Call For Competition tenders may be on the basis of price or price and quality at the Purchasing Authority’s discretion. Variant bids will not be accepted in any application to be admitted to the DPS. However, variant bids might be allowed in call for competition tenders, subject to requirements of the Purchasing Authority, for example, pricing for renewable and/or conventionally sourced electricity.
II.1.5) Estimated total value:
Value excluding VAT: 200000000 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: Half Hourly Metered (HH) Supplies

Lot No:1
II.2.2) Additional CPV code(s)
09310000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Category 1 is for the Supply of electricity for supplies with Profile Class 00, and following the implementation of Ofgem BSC Modification P272, this category will also include supplies which are currently in Profile Classes 05-08, subject to Ofgem regulations as amended from time to time.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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 yes
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: Non Half Hourly Metered (NHH) Supplies

Lot No:2
II.2.2) Additional CPV code(s)
09310000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Category 2 is for the Supply of electricity for supplies which are not settled on their actual half hourly consumption. Prior to implementation of Ofgem BSC Modification P272 this includes Profile Classes 01-08, and following implementation this category is for Profile Classes 01-04, subject to Ofgem regulations as amended from time to time.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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 yes
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: Category 3: Electricity: Unmetered (UMS) Supplies

Lot No:3
II.2.2) Additional CPV code(s)
09310000

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Category 3 is for the Supply of electricity for unmetered electricity supplies such as Street Lighting, Traffic Sign Equipment and Other Street Furniture.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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 yes
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: Category 4: Mains Gas

Lot No:4
II.2.2) Additional CPV code(s)
09121200

II.2.3) Place of performance
Nuts code: UK
II.2.4) Description of the procurement:
Category 4 is for the Supply of Mains Gas for metered gas supplies.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 84
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 yes
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:List and brief description of conditions:
1. The Council reserves the right to exclude a Bidder if: a) the Bidder has confirmed that Blacklists are used by or on behalf of the Bidder; or b) the Council is not satisfied that the Bidder has demonstrated adequate measures are in place to ensure Blacklists are not used by or on behalf of the Bidder.
2)The Council reserves the right to exclude a Bidder if the Council is not satisfied that adequate self-cleaning has been carried out following: a) an adverse finding by a court or tribunal or other public body exercising similar functions regarding the use of Blacklists by or on behalf of a Bidder; b) admission by the Bidder of Blacklist use by or on behalf of the Bidder.
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: To be eligible for a place on this proposed DPS applicants must hold an electricity supply licence issued by the Office of the Gas and Electricity Markets (Ofgem) for Categories (Lots) 1, 2 and 3 and / or a gas supply licence issued by Ofgem for Category (Lot) 4.
To be appointed to any Category of the DPS, Applicants must demonstrate their eligibility with regards to invoicing and payment allocation. To be appointed to any or all Categories 1, 2 and 4 of the DPS applicants must demonstrate that they meet the requirements with regards to appointment of metering and data agents — refer to the tender documents for further details.
Applicants must commit to 10 000 000 (GBP) Employers Liability and 5 000 000 (GBP) Public Liability Insurance.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasersIV.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: 2016-10-10 Local time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2016-09-06
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:3(from the date stated for receipt of tender)

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:
DPS is available for use by:
Bath & North East Somerset Council; Avon Fire Authority; Bath Spa University; University Hospitals Bristol NHS Foundation Trust; North Bristol NHS Trust; City of Bristol College; Filton College; Speedwell Technology College; St Brendon’s Sixth Form College; University of Bristol; University of the West of England; Wiltshire College; British Broadcasting Corporation (BBC); Public Health England South West.
Additional to this are the following classifications of users: Bristol Schools and Academies; Local Authorities, as defined under section 1 the Local Government Act 2000; Police Forces; Environment Agency; Fire Authorities as defined by the Fire and Rescue Services Act 2004; Educational establishments in England, Northern Ireland, Scotland and Wales; Central Government and devolved administrations; Health authorities; Housing Associations and all authorities including and as listed in VI.4.3 (and any future successors to these bodies).
VI.4) Procedures for review
VI.4.1) Review body
Official name: Bristol District Registry of the High Court
Postal address: Grey Friars, Lewins Mead
Town: Bristol
Postal code: BS1 2NR
Country: United Kingdom
Telephone: +44 1179106700

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
In accordance with English law and The Public Contracts Regulations 2015.
DPS available for use by: — Cont’d
on the following URLs:
Public Sector Networks:
Office for National Statistics (ONS) Public Sector Classification Guide:
Registered Social Housing Providers: social-housing
NHS Authorities and Trusts:

Educational organisations:
Local Authorities in the United Kingdom:
UK Schools and Academies:
Bristol Schools:
English Higher Education:
Crown Prosecution Service Local Contact List:
UK Police Forces:
Government & Devolved Administrations:
General Practitioners:
UK Fire & Rescue Services:
Additional information: The total DPS value of 200 000 000 GBP is the estimated potential value based on known participating Authorities and the wider public and non-profit making sectors for the duration of the proposed DPS. However, the value of participation by the wider public and non-profit making sectors cannot be calculated accurately or guaranteed.
The Purchasing Authority reserves the ability to define the terms and conditions of Call-Off contracts at call for competition tender stage, subject to the terms of this proposed DPS.

VI.5) Date of dispatch of this notice:2016-09-13