Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North East Lincolnshire Borough Council
Municipal Offices Town Hall Square
Grimsby
DN31 1HU
UK
Contact person: All communication through https://www.yortender.co.uk/
E-mail: procurement@nelincs.gov.uk
NUTS: UKE13
Internet address(es)
Main address: http://www.nelincs.gov.uk
Address of the buyer profile: https://www.nelincs.gov.uk/council-information-partnerships/contracts-and-tenders/pannel/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.yortender.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.yortender.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
North East Lincolnshire Council Electricity and Gas Basket Framework
Reference number: DN446125
II.1.2) Main CPV code
09000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
North East: Lincolsnhire Council (The Authority) seeks to establish a regional electricity and gas basket framework agreement to enable the Authority and named contracting bodies to purchase half hourly (HH), non-half hourly (NHH) and unmetered (UMS) electricity and gas.
ENGIE Services Ltd is seeking tenderers who can supply electricity and gas products. Only suppliers who can supply electricity and gas products will be considered for this opportunity.
The tender is divided into lots and tenderers can bid for one or both lots, The ideal scenerio would be to award both lots to one supplier. However, the Authority recognises that not all suppliers can supply both commodities.
II.1.5) Estimated total value
Value excluding VAT:
51 939 348.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Supply of Electricity
II.2.2) Additional CPV code(s)
09300000
II.2.3) Place of performance
NUTS code:
UKE13
Main site or place of performance:
North East Lincolnshire.
II.2.4) Description of the procurement
ENGIE Services Ltd on behalf of North East Lincolnshire Council and named contracting bodies is seeking suppliers of electricity, half hourly (HH), non-half hourly (NHH) and unmetered (UMS) electricity supply ‘the basket’. The quantity of electricity required under this framework is dependent on the number of contracting bodies utilising the framework. No commitment of volumes is offered and there are no guarantees that any of the contracting bodies named (listed at the end of the notice) will access this framework.
Purchasing of the electricity product is fully flexible. As a minimum, suppliers will permit trade in months, quarters, season and future products on both live and settlement prices. Flattened tradable volumes are required when purchasing seasonal purchasing periods.
The value of the Council's basket is estimated at 10 026 740,00 GBP over the 4 years of the framework. For the purpose of the tender we have calculated this figure x 4 assuming the possibility of 3 other contracting bodies joining the basket of a similiar porfolio.
This is a 2 stage process. Tenderers will submitt intial tenders by the deadline stated in this notice. At the conclusion of the initial evaluation stage, all tenderers having met the minimum scoring criteria will be invited to participate in the negotiation stage. The process is fully outlined in section e-tender evaluation plan of the invitation to tender documentation. The Authority reserves the right to award initial tenders for this lot without further negotiation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Volume tolerance
/ Weighting: 6
Quality criterion: Trading
/ Weighting: 6
Quality criterion: Transfer of supply
/ Weighting: 5
Quality criterion: Fixed charging
/ Weighting: 5
Quality criterion: EDI/paper billing
/ Weighting: 3
Quality criterion: AMR billing
/ Weighting: 3
Quality criterion: Reporting
/ Weighting: 2
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
40 106 960.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
It is anticipated that the framework will be retendered mid 2023.
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:
Tenderers will be required to provide a price for a mixture of renewable and non renewable supply and 100 % renewable supply. The Authority will inform tenderers of their chosen option prior to the final tender submission.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Supply of Gas
II.2.2) Additional CPV code(s)
09120000
II.2.3) Place of performance
NUTS code:
UKE13
Main site or place of performance:
North East Lincolnshire.
II.2.4) Description of the procurement
ENGIE Servies Ltd on behalf North East Lincolnshire Council and named contracting bodies is seeking suppliers to supply gas, ‘the basket’.The quantity of gas required under this framework is dependent on the number of contracting bodies utilising the framework. No commitment of volumes is offered and there are no guarantees that any of the contracting bodies named (listed at the end of this notice) will access this framework.
Purchasing of the gas product is fully flexible. As a minimum, suppliers will permit trade in months, quarters, season and future products on both live and settlement prices. Flattened tradable volumes are required when purchasing seasonal purchasing periods.
The value of the Council's basket is estimated at 2 958 097,00 GBP over the 4 years of the framework. For the purpose of the tender we have calculated this figure x 4 assuming the possibility of 3 other contracting bodies joining the basket of a similiar porfolio.
This is a 2 stage process. Tenderers will submit initial tenders by the deadline stated in this notice. At the conclusion of the initial evaluation stage, all tenderers having met the minimum scoring criteria will be invited to participate in the negotiation stage. The process is fully outlined in section e-tender evaluation plan of the invitation to tender documentation. The Authority reserves the right to award initial tenders for this lot without further negotiation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Volume tolerance
/ Weighting: 6
Quality criterion: Trading
/ Weighting: 6
Quality criterion: Transfer of supply
/ Weighting: 5
Quality criterion: Fixed charging
/ Weighting: 5
Quality criterion: EDI/paper billing
/ Weighting: 3
Quality criterion: AMR billing
/ Weighting: 3
Quality criterion: Reporting
/ Weighting: 2
Price
/ Weighting:
70
II.2.6) Estimated value
Value excluding VAT:
11 832 388.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
It is anticipated that the framework will be retendered mid 2023.
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:
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.1.2) 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) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 2
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about 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:
2019/S 164-402003
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/12/2019
Local time: 13:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
It is anticipated that the framework will be retendered mid 2023.
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Below are named contracting bodies who can access the framework throughout its lifetime. There is no guarantee that any of the named contracting bodies outside of NE Lincolnshire and further education colleges listed below will access the framework. The confirmed basket and volumes will be published with the ITT.
Lincolnshire Councils
Boston Borough Council Municipal Buildings, West Street, Boston, Lincs PE21 8QR
East Lindsey District Council Tedder Hall, Manby Park, Louth, Lincs LN11 8UP
Lincoln City Council City Hall, Beaumont Fee, Lincoln LN1 1DD
Lincolnshire County Council County Offices, Newland, Lincoln LN1 1YL
North Kesteven District Council PO Box 3, Kesteven Street, Sleaford NG34 7EF
South Holland Council Offices, Priory Road, Spalding, Lincs. PE11 2XE
South Kesteven District Council St Peters Hill, Grantham NG31 6PZ
West Lindsey The Guildhall, Caskgate Street, Gainsborough, Lincs. DN21 2DH
Yorkshire and Humber Councils
Barnsley Borough Council Town Hall, Barnsley, S Yorks S70 2TA
Calderdale Town Hall, Halifax, W Yorks HX1 1UJ
Bradford Metropolitan Council City Hall, Centenary Sq, Bradford BD1 1HY
City of York Guildhall, York YO1 9QN
Craven District Council Council Offices, Granville Street, Skipton, N Yorks BD23 1PS
Doncaster Metropolitan Borough Council 2 Priory Place, Doncaster DN1 1BN
Hambleton Civic Centre, Stone Cross, Northallerton DL6 2UU
Harrogate Borough Council Council Offices, Crescent Gardens, Harrogate HG1 2SG
Hull City Council The Guildhall, Alfred Geddar Street, Kingston upon Hull HU1 2AA
Kirklees Metropolitan Borough Council Civic Centre 1, High St, Huddersfield HD1 2PQ
Leeds City Council Civic Hall, Calverley St, Leeds LS1 1UR
North Lincolnshire Council Pittwood House, Ashby Road, Scunthorpe DN16 1AB
Richmondshire Swale House, Frenchgate, Richmond, North Yorkshire, DL10 4JE DL10 4JE
Rotherham Metropolitan Borough Council The Town Hall, The Crofts, Moorgate Street, Rotherham, S Yorkshire S60 2TH
Ryedale District Council Rydedale House, Malton, N Yorks YO17 7HH
Scarborough Borough Council Town Hall, St Nicholas Street, Scarborough YO11 2HG
Selby Civic Centre, Portholme Road, Selby, N Yorks YO8 4SB
Sheffield Council Town Hall, Sheffield S10 5NA
Wakefield City Metropolitan District Council Town Hall, Wood Street, Wakefield WF1 2HQ
Contracting Bodies within North East Lincolnshire
Tollbar Multi Academy Trust Station Road, New Waltham, Grimsby DN36 4RZ
Cambridge Park Academy Cambridge Rd, Grimsby DN34 5EB
Thrunscoe Primary Academy Trinity Road, Cleethorpes, DN35 8UL
Old Clee Academy Colin Avenue, Grimsby DN32 8EN
Canon Peter Hall Academy Lincoln Anglican Academy Trust, Edward King House, Minster Yard, Lincoln LN2 1PU
Humberston Park Academy St Thomas' Rd, Grimsby DN36 4H
Healing Multi Academy Trust Low Road, Healing DN40 7QD
Signhills Academy Hardy's Rd, Cleethorpes DN35 0DN
Signhills Infant Academy Hardy's Rd, Cleethorpes DN35 0DN
Bursar Primary Academy Bursar Street, Cleethorpes DN35 8DS
New Waltham Academy Peaks Lane, New Waltham DN36 4NH
East Ravendale Church of England Primary Academy East Ravendale DN37 0RX
Scartho Junior Academy Edge Ave, Grimsby DN33 2DH
Waltham Leas Primary Academy Manor Dr, Grimsby DN37 0NU
Yarborough Academy Yarrow Road, Grimsby DN34 4JU
Lisle Marsden Academy Lansdown Avenue, Grimsby DN32 0DF
Your Community Hub T Gingerbread House, The Cloisters DN36 4HT
Centre4 17A Wooten Road, Grimsby DN33 1HE
Lincs Inspire Limited Bradley Football Development Centre, Bradley Road, Grimsby DN37 0AG
Stanford Centre Group Cooper Lane, Lane, Grimsby DN37 7AX
HCF Catch Ltd Redwood Park Estate, Stallingborough, Grimsby DN41 8TH
Grimsby Institute Group c/o Grimsby Institute of Further and Higher Education, Nuns Corner, Grimsby DN34 5BQ
Franklin College Chelmsford Avenue, Grimsby, DN34 5BY
Other Contracting Bodies outside North East Lincolnshire
Lincoln Anglian Academy Trust Edward King House, Monster Yard, Lincoln, LN2 1PU
VI.4) Procedures for review
VI.4.1) Review body
North East Lincolnshire Council — Legal Services
Municipal Offices Town Hall Square
Grimsby
DN31 1HU
UK
Internet address(es)
URL: http://www.nelincs.gov.uk
VI.4.4) Service from which information about the review procedure may be obtained
North East Lincolnshire Council — Legal Services
Municipal Offices Town Hall Square
Grimsby
DN31 1HU
UK
Internet address(es)
URL: http://www.nelincs.gov.uk
VI.5) Date of dispatch of this notice
08/11/2019