
Market Leads & Opportunities
United Kingdom-Liverpool: Electricity
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 045-083291/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor The Capital Old Hall Street
Liverpool
Postal code: L3 9PP
United Kingdom
Phone: +44 3450103503
Email: supplier@crowncommercial.gov.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
OTHER: Public Procurement
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
Framework Agreement for The Supply of Non Half Hourly Electricity and Ancillary Services.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: England and Wales.
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:
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: 60 000 000 GBP
II.1.5) Short description of the specific contract:
Crown Commercial Service as the Contracting Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.
The above Public Sector Bodies have a need for a framework agreement for the supply of approximately 0.7 TWh of electricity to meet requirements of 697 customers across 50,326 meters managed via an aggregated, flexible, risk managed approach.
The requirement covers predominantly Non Half Hourly electricity however there may be a requirement for the supply of Half Hourly electricity following on from the recent P272 legislation.
II.1.6) Common procurement vocabulary (CPV): 09310000, 09000000, 09330000, 09331000, 09331200, 09332000, 30237475, 31100000, 31110000, 31121111, 31200000, 31221000, 31230000, 31321000, 31500000, 31518200, 31680000, 31681000, 31681200, 31682000, 31682100, 31682110, 38551000, 38552000, 38554000, 42100000, 42500000, 42520000, 44111511, 44212222, 44212226, 45232200, 45261215, 45310000, 45315000, 45315100, 45315300, 45317000, 45317100, 45317200, 45317300, 50411300, 50532000, 50532400, 50710000, 50711000, 51110000, 51112000, 51112200, 51120000, 65300000, 65310000, 65320000, 71314000, 71314100, 71314200, 71314300, 71314310, 71323100
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: No
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:
Supply of approximately 0.7 TWh of electricity to meet requirements of 697 customers across 50,326 meters managed via an aggregated, flexible, risk managed approach.
The requirement covers predominantly Non Half Hourly electricity however there may be a requirement for the supply of Half Hourly electricity following on from the recent P272 legislation.
Growth in customer numbers could cause a rise in demand. Conversely, any energy demand destruction/ efficiency initiatives could reduce the figure over the life of the relationship.
The cost noted below is estimated on current projections against current volumes and market conditions that may rise and fall and does not factor in demand destruction/efficiency initiatives.
The exact details of the contractual arrangements and whether this requirement is to be split into lots is yet to be decided. Existing volumes will be expected to transfer in stages as supply delivery periods (under the existing arrangement) expire and therefore initial delivery volumes may be significantly lower.
Provision of goods, works and services in addition to the provision of electricity supplies may also be required. It is envisaged that this will include, but not be limited to a wide range of procurement options and which allow for the greatest degree of control and transparency of pricing; direct access to trading service and access to Financial Services Authority regulated advisors; price to market options; flexible and electronic billing systems; sourcing of longer term price mechanisms (potentially acting as Agent); customer administration and query management, including site registrations, objection handling and ongoing maintenance of customer contracts; bespoke report generation; transparent balancing and settlement charges; new connections and site-works; metering; demand side management and innovations delivering energy savings; Automatic Meter Reading; Energy/Carbon reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/technology); Display Energy Certificate’s & Energy Performance Certificate’s; Export Agreements and Balancing Services.
Estimated value excluding VAT:
60 000 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by Crown Commercial Service if considered appropriate.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Participants can refer to Section 5 within Selection Questionnaire for further financial conditions applicable to this procurement.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Framework Agreement.
III.1.4) Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Potential Provider must have a Full Electricity supply licence and obtained through the Office of Gas and Electricity Markets (OFGEM) pursuant to the Gas Act 1986 (as amended).
Other conditions are set out within the Selection Questionnaire.
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: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to a Selection Questionnaire.
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to the Emptoris messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Procurement Service Support Desk email: eEnablement@crowncommercial.gov.uk
Responses must be published by the date in IV.3.4.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to a Selection Questionnaire.
The Selection Questionnaire can be accessed at using the instructions detailed in III.2.1.
The Contracting Authority may take into account any of the following information:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Minimum level(s) of standards possibly required: Participants can refer to Section 5 within Selection Questionnaire for further financial conditions applicable to this procurement.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to a Selection Questionnaire.
The Selection Questionnaire can be accessed at using the instructions detailed in III.2.1.
The Contracting Authority may have regard to any of the following means in its assessment:
(a) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(b) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(c) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(d) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(e) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(f) an indication of the proportion of the contract which the services provider intends possibly to subcontract.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
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:
IV.2) Award criteria:
IV.2.1) Award criteria:
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:
RM3791
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2016/S 053-088931of16.03.2016
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:
03.04.2017 – 15:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
13.4.2017
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:
IV.3.8) Conditions for opening of tenders:
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
Potential suppliers should note that, in accordance with the UK Government’s policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:
The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration referenced in Section II.1.4 (3 + 1 years) is for the placing of orders.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Crown Commercial Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:
Please note Central Government departments may be subject to Government Digital Service approval before using the Framework Agreement.
Local Authorities
www.ubico.co.uk Agent acting on behalf of Cheltenham Borough Council.
NDPBs
National Parks Authorities
Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools
Police Forces in the United Kingdom
Fire and Rescue Services in the United Kingdom
NHS Bodies England
Hospices in the UK
Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom
Citizens Advice in the United Kingdom
www.cas.org.uk
Scottish Public Bodies
The Framework Agreement will be available for use by any Scottish Public Sector Body: the Authority; Scottish Non-Departmental Public Bodies; offices in the Scottish Administration which are not ministerial offices; cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998; the Scotland Office; the Scottish Parliamentary Corporate Body; councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint police boards or any successor National Police or Fire Authority; Scottish National Park authorities, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, Northern Lighthouse Board, further or higher education institutions being fundable bodies within the meaning of section 6 of the Further and Higher Education (Scotland) Act 2005 any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.
Scottish Government
Scottish Parliament
Scottish Public Services Ombudsman
Scottish Information Commissioner
Commissioner for Children and Young People in Scotland
Scottish Commission for Human Rights
Commission for Ethical Standards in Public Life in Scotland
Standards Commission for Scotland
Scottish Local Authorities
Scottish Agencies, NDPBs
Scottish NHS Bodies
Scottish Further and Higher Education Bodies
Scottish Police
Scottish Housing Associations
,com_membersdir/Itemid,149/view,membersdir/
The Scotland Office
Registered Social Landlords (Housing Associations) — Scotland
Scottish Schools
Primary Schools
Secondary Schools
Special Schools
Scottish Public Bodies
National Records of Scotland
Historic Scotland
Disclosure Scotland
Registers of Scotland
Scottish Qualification Authority
Scottish Courts Service
Scottish Prison Service
Transport Scotland
The Scottish Government Core Directorates
Highlands and Islands Enterprise
Crown Office & Procurator Fiscal Service
Scottish Police Authority
National Museums of Scotland
Scottish Children’s Reporter Administration
Scottish Enterprise
Scottish Environment Protection Agency
Scottish Legal Aid Board
Scottish Natural Heritage
Skills Development Scotland
Visit Scotland
Aberdeen City Council
Aberdeenshire Council
Angus Council
Argyll and Bute Council
City of Edinburgh Council
Clackmannanshire Council
Comhairle nan Eilean Siar
Dumfries and Galloway Council
Dundee City Council
East Ayrshire Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Glasgow City Council
Highland Council
Inverclyde Council
Midlothian Council
Moray Council, The
North Ayrshire Council
North Lanarkshire Council
Orkney Islands Council
Perth and Kinross Council
Renfrewshire Council
Scottish Borders Council
Shetland Islands Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
West Dunbartonshire Council
West Lothian Council
Central Scotland Fire and Rescue Service
Dumfries and Galloway Fire and Rescue Service
Fife Fire and Rescue Service
Grampian Fire and Rescue Service
Highlands and Islands Fire and Rescue Service
Lothian and Borders Fire and Rescue Service
Strathclyde Fire and Rescue Service
Tayside Fire and Rescue Service
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education for Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles
Scottish Ambulance Service
The Common Services Agency for the Scottish Health Service
The State Hospital for Scotland
Aberdeen College
Adam Smith College
Angus College
Anniesland College
Ayr College
Banff and Buchan College
Barony College
Borders College
Cardonald College
Carnegie College
Central College of Commerce
Clydebank College
Coatbridge College
Cumbernauld College
Dumfries and Galloway College
Dundee College
Edinburghs Telford College
Elmwood College
Forth Valley College
Glasgow College of Nautical Studies
Glasgow Metropolitan College
Inverness College
James Watt College
Jewel and Esk College
John Wheatley College
Kilmarnock College
Langside College
Lews Castle College
Moray College
Motherwell College
Newbattle Abbey College
North Glasgow College
North Highland College
Oatridge College
Orkney College
Perth College
Reid Kerr College
Sabhal Mor Ostaig
Shetland College
South Lanarkshire College
Stevenson College
Stow College
West Lothian College
Edinburgh College of Art
Edinburgh Napier University
Glasgow Caledonian University
Glasgow School of Art
Heriot-Watt University
Queen Margaret University
Robert Gordon University
Royal Scottish Academy of Music and Drama
Scottish Agricultural College
UHI Millennium Institute
University of Aberdeen
University of Abertay Dundee
University of Dundee
University of Edinburgh
University of Glasgow
University of St Andrews
University of Stirling
University of Strathclyde
University of the West of Scotland
Cairngorms National Park Authority
Office of Scottish Charity Regulator
Forestry Commission Scotland
Audit Scotland
Welsh Public Bodies
National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities, and all bodies covered by:
NHS Wales
Housing Associations — Registered Social Landlords Wales
NI Public Bodies
Northern Ireland Government Departments
Northern Ireland Public Sector Bodies and Local Authorities
Schools in Northern Ireland
Universities in Northern Ireland
Health and Social care in Northern Ireland
Northern Ireland Housing Associations
Police Service of Northern Ireland
Any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another UK public sector body listed above in this section VI.3;
(ii) subject to management supervision by another UK public sector body listed above in this section VI.3; or
(iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another UK public sector body listed above in this section VI.3
(iv) an association of or formed by one or more of the UK public sector bodies listed above in this section VI.3
If you have any queries regarding this process please contact the CCS Sourcing Policy Team.
From 2nd April 2014 the Government introduced the Government Security Classifications (GSC) classification scheme to replace the previous Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:
Please refer to the Invitation to Tender document for the CCS complaints procedure.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please follow the guidance on procedure contained in the previous section.
VI.5) Date of dispatch of this notice:
02.03.2017
More Opportunties
- United Kingdom-Bristol: Multi-Apheresis and Extracorporeal Photopheresis Systems
17 Jul 25
NHS Blood and Transplant (NHSBT) is a Special Health Authority and is responsible for the provision of blood components and a range of associated laboratory and patient therapeutic services to hospitals. The NHSBT Therapeutic Apheresis Service (TAS) provi> > - United Kingdom-Leighton Buzzard: Tilsworth Community Play Equipment Project
17 Jul 25
To provide a range of play equipment for children up to the age of 11, to include a tower unit that encourages climbing and incorporates slides suitable for the age group. Provision of A frame Swings to include cradle and flat seats and a basket swing. T> > - United Kingdom-Bradford: Supply of Signage (FC37)
17 Jul 25
There are different signage requirements for different tenures within the organisation split into, New Developments, Care Homes, Rented, Leasehold and Extra Care. Other signage areas covered include Safety Signage and PIB Boxes. The appointed contractor w> >