Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Supply of Energy 2
Reference number: RM6251
II.1.2) Main CPV code
71314000
II.1.3) Type of contract
Services
II.1.4) Short description
This framework agreement will act as the vehicle through which central government and wider public sector customers will be supplied gas and electricity. The portfolio varies on an annual basis but our current best estimates are that the framework agreement will supply approximately 25 TWh per year of gas and electricity to approximately 1,150 public sector customers across approximately 86,000 meters.
In supplying gas and electricity the supplier will provide customers with various supply administration services covering invoicing, query resolution and account management, as well as a range of services which will support customers in their net zero ambitions such as access to energy from renewable sources and to Power Purchase Agreements. The supplier will also support the delivery and execution of Crown Commercial Service’s energy trading requirements.
The portfolio will include a range of customers from different sectors, and a range of different metering classes and profiles e.g. half hourly, non-half hourly, unmetered and BMU’s. A detailed list of meters will be published in a Portfolio Summary.
This new framework agreement will replace the existing Supply of Energy framework agreement (RM6011). Baskets of customers meters will transfer to the new framework agreement at different times over a twenty four month period between April 2024 and April 2026. It is CCS intention (although cannot be guaranteed) that each basket will be supplied through this framework agreement for a four year period. CCS will engage with the incoming and outgoing suppliers to coordinate the transfer.
In addition to the transfer of baskets it is possible that a small number of meters might require supply through this new agreement prior to April 2024.
All estimates of values provided within this Contract Notice are best estimates and as such should not be considered as guaranteed.
II.1.5) Estimated total value
Value excluding VAT:
51 000 000 000.00
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: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
If a bidder is successful on both Lots we reserve the right to award the bidder to only one Lot
II.2) Description
Lot No: 1
II.2.1) Title
RM6251 - Supply of Energy 2 - Electricity Lot
II.2.2) Additional CPV code(s)
09000000
09310000
09330000
30237475
31100000
31321000
31500000
31518200
31680000
31681000
31682000
38551000
38552000
38554000
42520000
44111511
44212222
44212226
45232200
45261215
45310000
45315000
45315100
45315300
45317000
45317100
45317200
45317300
48000000
50411300
50532000
50532400
50710000
50711000
51100000
51110000
51112000
51112200
51120000
65300000
65310000
65320000
71314000
71314100
71314200
71314300
71314310
71323100
72300000
72310000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Crown Commercial Service (CCS), as the Contracting Authority, intends to put in place a framework agreement for the supply of approximately 13 TWh of electricity to meet requirements of 990 customers across c.53,000 meters managed via an aggregated, flexible, risk managed approach.
The requirement covers all electricity meters.
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.
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 and gas 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); Export Agreements and Balancing Services, peer to peer (P2P) energy trading platform.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
43 000 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: 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:
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
Lot No: 2
II.2.1) Title
RM6251 - Supply of Energy 2 - Gas Lot
II.2.2) Additional CPV code(s)
09120000
09121200
09133000
38551000
45333000
45333200
50411200
65210000
71314000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Crown Commercial Service (CCS), as the Contracting Authority, intends to put in place a framework agreement for the supply of approximately 12 TWh of gas to meet requirements of 1005 customers across c.24,000 meters managed via an aggregated, flexible, risk managed approach.
The requirement covers all gas meters.
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.
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 and gas 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); Export Agreements and Balancing Services, peer to peer (P2P) energy trading platform.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
8 000 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: 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:
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
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
Restricted procedure
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.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-010190
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/10/2022
Local time: 15:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
21/09/2022
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: 6 (from the date stated for receipt of tender)
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
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Start/4b11e0a9-f00e-496f-964b-fb15fc3e37bc
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
Please be aware that the 1% rule will not apply to this procurement.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
VI.5) Date of dispatch of this notice
21/09/2022