Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Supply of Energy 2

  • First published: 22 September 2022
  • Last modified: 22 September 2022

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-02af3f
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Authority ID:
AA77925
Publication date:
22 September 2022
Deadline date:
21 October 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
45232200 Ancillary works for electricity power lines Ancillary works for pipelines and cables
72300000 Data services IT services: consulting, software development, Internet and support
72310000 Data-processing services Data services
31100000 Electric motors, generators and transformers Electrical machinery, apparatus, equipment and consumables; lighting
30237475 Electric sensors Parts, accessories and supplies for computers
31681000 Electrical accessories Electrical supplies and accessories
45315100 Electrical engineering installation works Electrical installation work of heating and other electrical building-equipment
45310000 Electrical installation work Building installation work
45317300 Electrical installation work of electrical distribution apparatus Other electrical installation work
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
45317100 Electrical installation work of pumping equipment Other electrical installation work
45317200 Electrical installation work of transformers Other electrical installation work
44111511 Electrical insulators Building materials
71323100 Electrical power systems design services Engineering-design services for industrial process and production
71314100 Electrical services Energy and related services
31680000 Electrical supplies and accessories Electrical equipment and apparatus
09310000 Electricity Electricity, heating, solar and nuclear energy
65310000 Electricity distribution Electricity distribution and related services
65300000 Electricity distribution and related services Public utilities
38554000 Electricity meters Meters
44212226 Electricity poles Structural products and parts except prefabricated buildings
31321000 Electricity power lines Power distribution cables
31682000 Electricity supplies Electrical supplies and accessories
45315300 Electricity supply installations Electrical installation work of heating and other electrical building-equipment
44212222 Electricity transmission pylons Structural products and parts except prefabricated buildings
38552000 Electronic meters Meters
31518200 Emergency lighting equipment Signalling lights
71314000 Energy and related services Consultative engineering and construction services
38551000 Energy meters Meters
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
65210000 Gas distribution Gas distribution and related services
45333200 Gas meter installation work Gas-fitting installation work
09120000 Gaseous fuels Fuels
45333000 Gas-fitting installation work Plumbing and sanitary works
71314310 Heating engineering services for buildings Energy and related services
51100000 Installation services of electrical and mechanical equipment Installation services (except software)
51110000 Installation services of electrical equipment Installation services of electrical and mechanical equipment
51112200 Installation services of electricity control equipment Installation services of electricity distribution and control equipment
51112000 Installation services of electricity distribution and control equipment Installation services of electrical equipment
51120000 Installation services of mechanical equipment Installation services of electrical and mechanical equipment
31500000 Lighting equipment and electric lamps Electrical machinery, apparatus, equipment and consumables; lighting
09133000 Liquefied Petroleum Gas (LPG) Petroleum and distillates
09121200 Mains gas Coal gas, mains gas or similar gases
65320000 Operation of electrical installations Electricity distribution and related services
45317000 Other electrical installation work Electrical installation work
09000000 Petroleum products, fuel, electricity and other sources of energy Energy and Related Services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50532400 Repair and maintenance services of electrical distribution equipment Repair and maintenance services of electrical machinery, apparatus and associated equipment
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery
50411300 Repair and maintenance services of electricity meters Repair and maintenance services of measuring apparatus
50411200 Repair and maintenance services of gas meters Repair and maintenance services of measuring apparatus
48000000 Software package and information systems Computer and Related Services
09330000 Solar energy Electricity, heating, solar and nuclear energy
45261215 Solar panel roof-covering work Erection and related works of roof frames and coverings
42520000 Ventilation equipment Cooling and ventilation equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.