
Market Leads & Opportunities
United Kingdom-Leicester: Electricity
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (15/S 228-414783/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Award criteria: Most economic bid
Type of bid required: Mixed global and partial bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
ESPO
Barnsdale Way, Grove Park, Enderby
Leicester
Postal code: LE19 1ES
United Kingdom
For the attention of: Ami Toone
Phone: +44 1162944070
Email: tenders@espo.org
Internet Address(es):
General address of the contracting authority:
Electronic access to information:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: ESPO
Please see section II.1.5 for infomation
Leicester
Postal code: LE19 1ES
United Kingdom
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ESPO
Please see section II.1.5 for infomation
Leicester
Postal code: LE19 1ES
United Kingdom
Tenders or requests to participate must be sent to: ESPO
Please see section II.1.5 for infomation
Leicester
Postal code: LE19 1ES
United Kingdom
I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity:
OTHER: local authority services
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
ESPO
Organisations listed in Section II.1.5
Leicester
Postal code: LE19 1ES
United Kingdom
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
191B/C_16 Electricity (Half Hourly & Non Half Hourly Metered).
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UK
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 0
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 400 000 000 and 600 000 000 GBP
II.1.5) Short description of the specific contract:
Eastern Shires Purchasing Organisation (ESPO) wishes to create a four year framework agreement for the provision of electricity supplies via the wholesale market. ESPO will act as a ‘managed service provider’ buying electricity and validating supplier invoices for the supply of half hourly, non-half hourly and unmetered electricity on behalf of local authorities, public and third party organisations within England, Wales and Scotland (Excluding Northern Ireland).
ESPO will be offering a comprehensive bill validation service for customers opting to take a fully managed solution. Some authorities may choose to have direct billing and these will be advised upon commencement of individual supply contracts awarded under this framework.
As a Central Purchasing Body as defined by the EU Procurement Directive 2014/24/EU, the Framework Agreement is open for use by the following classifications of user throughout all administrative regions of the UK: Local Authority Councils; Educational Establishments (including Academies); Central Government Departments and Agencies and Local Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; Any Public Body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Full details of the classification of end user establishments and geographical areas is available on:
In order to express an interest in tendering for this opportunity and obtaining tender documents and/or requesting any further information, please see details below and please ensure you refer to instructions and guidance available:
(a) Go to www.eastmidstenders.org
(b) If you are not already registered) Register your company by selecting the ‘Register’ box on the top of the home page,
(c) Once registered visit the home page select View Opportunities’ then ‘Search Latest Opportunities’, from the ‘Organisation’ drop down box select ‘ESPO’, click search (options) and select the appropriate opportunity ‘191B/C_16 Electricity (Half Hourly & Non Half Hourly Metered)’,
(d) Express an interest by selecting the ‘Register Interest’ box at the bottom of the screen. You should receive a notification email confirming your expression of interest,
(e) Once fully registered, you should download the tender from the website.
Tenderers should also note that final submissions must be made only via ProContract, no other submission route is permitted. Failure to follow this path will result in the tender submission being disregarded.
All documents pertaining to this opportunity will be available for download via the ProContract portal from the outset. Please ensure you are able to download all files after accessing the ProContract portal.
If you have any query regarding the content or require further information, please use the discussion tools provided within the website. If you experience any problems with registration or expression of interest, please refer any queries on Portal operation to support@due-north.com or telephone +44 1670597136.
II.1.6) Common procurement vocabulary (CPV): 09310000, 31682000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The value of GBP 400 000 000 is the estimated potential value based on known participating establishments. The value of participation by the wider public sector cannot be calculated accurately or guaranteed — but has nevertheless been incorporated within a range of GBP 400 000 000 to GBP 600 000 000 for the duration (including the extension option referred to at Section II.2.2).
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Starting 1.10.2016Completion 30.9.2020
Information about lots
Lot No: 1; Lot title: Electricity (Half Hourly & Non Half Hourly Metered and Unmetered supplies)
1) Short description: The framework divided into the following Lots: Lot 1- Half Hourly Metered and Unmetered Supplies — PIA & PWP Baskets.Lot 2 — Non Half Hourly Metered and Unmetered Supplies — PIA & PWP Baskets.Full details on Lots will be provided in the Invitation to Tender.
2) Common procurement vocabulary (CPV): 09310000,31682000
3) Quantity or scope:
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: 1. The Supplier agrees that there shall be no discrimination by it against any person with respect to opportunity for employment or conditions of employment, because of age, disability, gender reassignment, marital or civil partner status, pregnancy or maternity, race, colour, nationality, ethnic or national origin, religion or belief, sex or sexual orientation. The Supplier shall in all matters arising in the performance of the Agreement comply with the provisions of the Equality Act 2010 and the Human Rights Act 1998 and all other discrimination legislation.
2. This contract will contain a contract monitoring clause which will require suppliers to ensure that their organisation operates within the rating of 12 or more, as shall be determined by use of the credit rating agency, Creditsafe Business Solutions Limited.
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: As detailed in the Invitation to Tender.
III.2.2) Economic and financial ability:
Minimum level(s) of standards possibly required: As detailed in the Invitation to Tender.
III.2.3) Technical capacity
Minimum level(s) of standards possibly required: As detailed in the Invitation to Tender.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no
III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedNO
IV.2) Award criteria:
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
191B/C_16
IV.3.2) Previous publication(s) concerning the same contract:
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
23.12.2015 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
In days: 90 (from the date stated for receipt of tender)
IV.3.8) Conditions for opening of tenders:
Persons authorised to be present at the opening of tenders: no.
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be 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.5) Date of dispatch of this notice:
23.11.2015
More Opportunties
- United Kingdom-Gourock: Framework Agreement for the Supply and Delivery of Milk to Nominated Vessels
15 Jun 25
CFL is seeking to award a Framework Agreement to a suitably qualified and experienced Supplier for the supply and delivery of milk to CFL’s Major Vessels.> > - United Kingdom-Great Sankey: Powder activated carbon dosing system
15 Jun 25
Supply of 2 Powder activated carbon dosing systems> > - United Kingdom-Paisley: Vehicle and Plant Hire
15 Jun 25
This Prior Information Notice (PIN) is in relation to the renewal framework for the hire of vehicles and plant equipment, available for all 32 council areas in Scotland and Scotland Excel Associate Members. It is anticipated this framework will incorporat> >