Market Leads & Opportunities
United Kingdom-Colchester: Supply of Non Half Hourly Electricity, Half Hourly Electricity, Natural Gas and Water/Wastewater
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 177-400651/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
Section I: Contracting authority
I.1) Name and addresses
Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1204374076
Email: wendy.cameron@upg-ltd.co.uk
Internet address(es):
Main address:
Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1204374076
Email: wendy.cameron@upg-ltd.co.uk
Internet address(es):
Main address:
I.2) Joint Procurement:
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
another address:Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1204374076
Email: wendy.cameron@upg-ltd.co.uk
Internet address(es):
Main address:
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Supply of Non Half Hourly Electricity, Half Hourly Electricity, Natural Gas and Water/Wastewater
Reference number: CA5207 – JC060918
II.1.2) Main CPV code: 09000000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: A framework agreement for the supply of non-half hourly electricity, half hourly electricity, natural gas and water/wastewater, across 4 lots:
– Lot 1: non-half hourly electricity supply and associated services,
– Lot 2: half hourly electricity supply and associated services,
– Lot 3: natural gas supply and associated services,
– Lot 4: water and wastewater supply and ancillary services.
Suppliers may bid on individual, multiple or all lots.
The Contracting Authority wishes to establish a Framework Agreement to meet the Non-Half Hourly Electricity, Half Hourly Electricity, UMS, Natural Gas and Water/Wastewater needs of the University of Essex, and is also open for use by all contracting authorities across the public sector throughout the UK.
Full details of the organisations who are able to use the framework, if they choose to do so, are available at:
A maximum of 5 suppliers will be awarded a place on each of the 4 Lots.
II.1.5) Estimated total value:
Value excluding VAT: 350000000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:4
Maximum number of lots that may be awarded to one tenderer 4
II.2) Description
II.2.1) Title: Lot 1: Non-Half Hourly Electricity Supply and Associated Services
Lot No:1
II.2.2) Additional CPV code(s)
09000000, 09310000, 38554000, 71314300, 71314000, 71314200
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UK
II.2.4) Description of the procurement:
The Contracting Authority wishes to establish a Framework Agreement to meet the Non-Half Hourly Metered Electricity, including Certified Unmetered Supplies, needs of organisations across the entire public sector. The framework is let on behalf of University of Essex but will also be open for use by all other public sector contracting authorities (and any future successors to these organisations), as defined in the below link, but not limited to:
There will be a maximum of 5 suppliers awarded a place on this lot.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 60000000 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 yes
Description of options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s).
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: Lot 2: Half Hourly Electricity Supply and Associated Services
Lot No:2
II.2.2) Additional CPV code(s)
09000000, 09310000, 38554000, 71314300, 71314000, 71314200
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UK
II.2.4) Description of the procurement:
The Contracting Authority wishes to establish a Framework Agreement to meet the Half Hourly Metered Electricity, including Certified Unmetered Supplies, needs of organisations across the entire public sector. The framework is let on behalf of University of Essex but will also be open for use by all other public sector contracting authorities (and any future successors to these organisations), as defined in the below link, but not limited to:
There will be a maximum of 5 suppliers awarded a place on this lot.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 120000000 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 yes
Description of options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s)
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: Lot 3 – Natural Gas Supply and Associated Services
Lot No:3
II.2.2) Additional CPV code(s)
09000000, 09123000, 50411200, 71314300, 71314000, 71314200
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UK
II.2.4) Description of the procurement:
The Contracting Authority wishes to establish a Framework Agreement to meet the Natural Gas, including both Non-Daily Metered and Daily Metered, needs of organisations across the entire public sector. The framework is let on behalf of University of Essex but will also be open for use by all other public sector contracting authorities (and any future successors to these organisations), as defined in the below link, but not limited to:
There will be a maximum of 5 suppliers awarded a place on this lot.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 120000000 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 yes
Description of options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1 x 12 month(s)
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: Lot 4: Water and Wastewater Supply and Ancillary Services
Lot No:4
II.2.2) Additional CPV code(s)
65100000, 38421100, 39370000, 50411100, 65130000, 71800000, 71631430, 71314300, 71314000, 71314200
II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:UK
II.2.4) Description of the procurement:
The Contracting Authority wishes to establish a Framework Agreement to meet the Water/Wastewater needs of organisations across the entire public sector. The framework is let on behalf of University of Essex but will also be open for use by all other public sector contracting authorities (and any future successors to these organisations), as defined in the below link, but not limited to:
There will be a maximum of 5 suppliers awarded a place on this lot.
II.2.5) Award criteria
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 yes
Description of options: 48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1×12 month(s)
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:As stated in the Tender documents.
III.1.2) Economic and financial standing
List and brief description of selection criteria: As stated in the Tender documents.
Minimum level(s) of standards possibly required: As stated in the Tender documents.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Respondents must be Ofgem/Ofwat Registered UK Licensed Suppliers only, bids will be rejected in their entirety where this is not the case. For other evaluation aspects see tender documents.
Minimum level(s) of standards possibly required:As stated in the Tender documents.
III.2.2) Contract performance conditions: As stated in the Tender 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: 2018-10-15 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2018-10-15 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information:
University of Essex Internal Reference Number is CA5207 — JC060918. Utilities Procurement Group Limited (who are a subsidiary of Dukefield Limited) are acting as agents of University of Essex in the development and on-going contract management of this framework. The Contracting Authority will be using an e-tendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the Sourcing Cloud system at the tender is available from the Opportunities menu on the login page of the site. The Contracting Authority shall not be under any obligation to accept the lowest tender or indeed any tender. University of Essex expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the consortium’s requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the Contracting Authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the Contracting Authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the Contracting Authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the Contracting Authority reserves the right to name any organisation that has been involved in these discussions and release any and all specifications / discussion documents to the market where appropriate to the subject matter of this procurement.
(h) the Contracting Authority will not be liable for any costs incurred by tenderers.
(i) the value of the framework provided in section II.1.5 is only an estimate and the Contracting Authority will not guarantee any business through this framework agreement; and
(j) the Contracting Authority wishes to establish a Framework Agreement open for use by all Public-Sector Bodies as stated in II.1.4.
Tenderers should note, in reference to Section IV.1.3), Envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one Tenderer is tied with the same final evaluation score, each of these tenderers shall be deemed to occupy the last Framework Agreement contract award position for the purpose of calculating the maximum number of Suppliers under the framework.
The Contracting Authority will award a Framework Agreement to additional Tenderers beyond the stated maximum number on any particular Lot, where their final evaluation score (s) is within 0,5 % of the last placed position only. For the avoidance of doubt, the last placed position in respect of each Lot of this framework is 6th place. Therefore on a lot by lot basis, Tenderers within 0,5 %, along with the Tenderer in last placed position, shall be deemed to occupy the last Framework Agreement contract award position for each respective lot.
Tenderers should note, in reference to Section IV.1.6), Information about electronic auction:
Whilst the Tender is not being run under an e-auction, the Contracting Authority have stated users of the Framework may wish to use an e-auction to run a further competition.
VI.4) Procedures for review
VI.4.1) Review body
Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1204374076
E-mail: wendy.cameron@upg-ltd.co.uk
VI.4.2) Body responsible for mediation procedures
Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1204374076
E-mail: wendy.cameron@upg-ltd.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
University of Essex will incorporate a minimum 10-day standstill period at the point information on the award of contract is communicated to tenderers. Bidders who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.4) Service from which information about the review procedure may be obtained
Official name: University of Essex
Postal address: Wivenhoe Park
Town: Colchester
Postal code: CO4 3SQ
Country: United Kingdom
Telephone: +44 1204374076
E-mail: wendy.cameron@upg-ltd.co.uk
VI.5) Date of dispatch of this notice:2018-09-11
More Opportunties
- United Kingdom-London: Overheight Valves for Victoria Line
6 Nov 25
Supply of Over Height Valves which will be fitted to the fleet . This requirement is to provide the material only and the overhaul will be carried out by Depot Engineering.> > - United Kingdom-Cardiff: NWSSP Mobile Elevating Work Platforms
6 Nov 25
NHS Wales Shared Services Partnership, Primary Care Services Business Support Team, recently based in Dupont, Mamhilad Estate, Pontypool, houses several different sub-teams of the Business Support Department. These teams provide critical services to NHS> > - United Kingdom-Coventry: Design and Supply of Sludge Drying Units – Additional Information Request
6 Nov 25
Design and supply of two sludge drying units for deployment at two sites for STW.> >
