web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Newcastle upon Tyne: Petroleum products, fuel, electricity and other sources of energy

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2016/S 195-351142/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Not applicable

Contract award notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Northumberland Tyne & Wear NHS Foundation Trust C/O The Inenco Group
Postal address: St Nicholas Hospital, Jubilee Road, Gosforth
Town: Newcastle upon Tyne
Postal code: NE3 3XT
Country: United Kingdom
Email: tenders@cirruspurchasing.co.uk
Nuts code: UK
Internet address(es):
Main address:

The contract is awarded by central purchasing body
I.4) Type of the contracting authority
Other type: central purchasing body
I.5) Main activity
Other activity: central purchasing body

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Energy Portfolio Services Framework.
II.1.2) Main CPV code: 09000000
II.1.3) Type of contract Supplies
II.1.4) Short Description: The ITT was issued to establish an electricity and gas portfolio services framework for a central purchasing body covering the UK. The lead contracting authority for this tender is Northumberland Tyne and Wear NHS Foundation Trust. The tender process and resulting framework agreement is managed by Inenco, acting as the agent for the central purchasing body.
Please note Lot 3: Gas has been cancelled and as such, has not been awarded. This contract award notice is for Lots 1 and 2 only. The total value stated within this contract award notice is based on the estimated values of Lots 1 and 2.
The framework agreement is 4 years in duration. The established framework and all associated documents are subject to any future legislation and regulatory changes applicable to the supply of utilities.
II.1.6) Information about lots:
The contract is divided into lots: yes
II.1.7) Total value of the procurement(excluding VAT)
Value:600000000.00
Currency:GBP
II.2) Description
II.2.1) Title: Non-half hourly (NHH) electricity
Lot No:1
II.2.2)Additional CPV code(s)
Main CPV code: 09310000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:The framework is to cover call-off contracts made across England, Scotland and Wales, but excludes Northern Ireland.

II.2.4) Description of the procurement
This lot is for the supply of non-half hourly electricity.

II.2.5)Award criteria
Quality criterion – Name: Qualitative Questions: Volume tolerance levels/Weighting:10 %Quality criterion – Name: Qualitative Questions: Monitoring portfolio volume levels and portfolio breaches/Weighting:10 %Quality criterion – Name: Qualitative Questions: Changes in energy type/Weighting:10 %Quality criterion – Name: Qualitative Questions: Flexible credit solutions/Weighting:10 %Quality criterion – Name: Qualitative Questions: Working to short deadlines/Weighting:10 %
Price – Weighting:50 %
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.2.14) Additional information: Values in this contract award notice are estimates only. The client accepts no responsibility for inaccuracies in the estimates provided. This is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful bidders participating in the resulting framework agreement.

II.2.1) Title: Half hourly (HH) electricity
Lot No:2
II.2.2)Additional CPV code(s)
Main CPV code: 09310000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:The framework is to cover call-off contracts made across England, Scotland and Wales, but excludes Northern Ireland.

II.2.4) Description of the procurement
This lot is for the supply of half hourly electricity.

II.2.5)Award criteria
Quality criterion – Name: Qualitative Questions: Volume tolerance levels/Weighting:10 %Quality criterion – Name: Qualitative Questions: Monitoring portfolio volume levels and portfolio breaches/Weighting:10 %Quality criterion – Name: Qualitative Questions: Changes in energy type/Weighting:10 %Quality criterion – Name: Qualitative Questions: Flexible credit solutions/Weighting:10 %Quality criterion – Name: Qualitative Questions: Working to short deadlines/Weighting:10 %
Price – Weighting:50 %
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.2.14) Additional information: Values in this contract award notice are estimates only. The client accepts no responsibility for inaccuracies in the estimates provided. This is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with successful bidders participating in the resulting framework agreement.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:The ITT process has followed the accelerated procedure to allow the framework to be concluded during mid-September 2016 so trading can commence by the 1.10.2016. Trading is required to have commenced by this date so that the initial call-off contract(s) issued under the framework are not adversely affected by cost increases that are expected to apply due to entering the winter period. Following the standard open procedure timeline referenced in Regulation 27 (2) of the Public Contracts Regulations 2015 #102 (PCR 2015) would not allow trading to commence by the 1.10.2016.

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2016/S 157-284518
Section V: Award of contract
Contract No: 1
Title: Lots 1,2

A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2016-09-20
V.2.2) Information about tenders
Number of tenders received:4
Number of tenders received by electronic means:4
The contract has been awarded to a group of economic operators: no
V.2.3) Name and address of the contractor
Official name: Opus Energy (Corporate) Limited
Postal address: Lambourne House 311-321 Banbury Road, Summertown
Town: Oxford
Postal code: OX2 7JH
Country: United Kingdom
Telephone: +44 1865312202
Nuts code: UKJ
The contractor is an SME no

V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:600000000.00
Currency:GBP

Section VI: Complementary information
VI.3) Additional information:
The framework is available for use by all National Health Service (NHS) organisations including, but not limited to, the following defined groups:

Where an entity listed in the above defined groups is succeeded by another entity, the successor entity shall be deemed to be included in the defined groups list. The framework is also available to all current and future members of the central purchasing body.
Award of a position on this framework to any supplier does not guarantee any contracts will be awarded to the supplier under the framework.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Royal Courts of Justice
Postal address: The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079476000

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
This tender process incorporated a minimum 10 calendar day standstill period at the point information on the award was communicated to tenderers. Tenderers could have raised appeals directly via the contact points detailed in section VI.4.1 of the contract notice. The Public Contracts Regulations 2015 #102 provided for aggrieved parties who had been harmed or were at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.5) Date of dispatch of this notice:
2016-10-06