Fixed Power and Gas Supply Framework
The ITT is issued to establish a fixed electricity and gas supply framework for a central purchasing body covering the UK. The lead contracting authority for this tender is Northumberland Tyne and Wear NHS Foundation Trust.
United Kingdom-Newcastle upon Tyne: Petroleum products, fuel, electricity and other sources of energy
2016/S 157-284526
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
St Nicholas Hospital, Jubilee Road, Gosforth
Newcastle upon Tyne
NE3 3XT
United Kingdom
E-mail: tenders@cirruspurchasing.co.uk
NUTS code: UK
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Fixed Power and Gas Supply Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The ITT is issued to establish a fixed electricity and gas supply 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. The framework is available for use by all National Health Service (NHS) organisations, and is also available to all current and future members of the central purchasing body. The framework agreement is 4 years in duration from the commencement date, anticipated to be during September 2016. It is envisaged that the final framework will be awarded to approximately 15 suppliers per lot in the following:
Lot 1: Fixed electricity;
Lot 2: Fixed gas.
Additional details of the required service can be found within the tender documents and Supporting Information section of the tender.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Fixed electricity
II.2.2)Additional CPV code(s)
II.2.3)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 fixed electricity. Full details of the required service can be found within the tender documents and the essential service specification included within the supporting information section of the tender.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be re-tendered to ensure sufficient future coverage for contracting authorities.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fixed gas
II.2.2)Additional CPV code(s)
II.2.3)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 fixed gas. Full details of the required service can be found within the tender documents and the essential service specification included within the supporting information section of the tender.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The framework will be re-tendered to ensure sufficient future coverage for contracting authorities.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Any supplier may be disqualified who has been convicted of:
(a) Conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);
(b) Corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);
(c) The common law offence of bribery;
(d) Bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);
(e) Where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):
(i) The common law offence of cheating the Revenue;
(ii) The common law offence of conspiracy to defraud;
(iii) Fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);
(iv) Fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);
(v) Fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);
(vi) An offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);
(vii) Destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);
(viii) Fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or
(ix) The possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;
(f) Any offence listed:
(i) In section 41 of the Counter Terrorism Act 2008(a); or
(ii) In Schedule 2 to that Act where the Court has determined that there is a terrorist connection;
(g) Any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) Money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);
(i) An offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);
(j) An offence under section 4 of the Asylum and Immigration (Treatment of Claimants), etc. Act 2004(f);
(k) An offence under section 59A of the Sexual Offences Act 2003(g);
(l) An offence under section 71 of the Coroners and Justice Act 2009(h);
(m) An offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) Any other offence within the meaning of Article 57(1) of the Public Contracts Directive:
(i) As defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) Created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
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 time-line 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
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Inenco staff members on behalf of Northumberland Tyne & Wear NHS Foundation Trust, and third party advisors engaged by Inenco only.
Section VI: Complementary information
VI.1)Information about recurrence
2020.
VI.3)Additional information:
Submissions are to be submitted through the Cirrus Purchasing eTender system only. Northumberland, Tyne and Wear NHS Foundation Trust is 1 of the largest mental health and disability Trusts in England employing more than 6 000 staff, serving a population of approximately 1 400 000, providing services across an area totalling 2 200 square miles. They work from over 60 sites across Northumberland, Newcastle, North Tyneside, Gateshead, South Tyneside and Sunderland. They also have a number of regional and national specialist services.
Founded in 1968 and head-quartered in Lytham, Lancashire; the Inenco Group (made up of Inenco and Inenco Direct — A company delivering energy services specifically to SME’s) is 1 the UK’s largest energy consultancies, providing Britain’s biggest businesses with strategic energy solutions, from specialist procurement services to energy management. We procure more than 3 200 000 000 GBP of power and gas annually, making us the single largest third-party purchaser of energy in the country. Over 400 employees serve over 9 000 customers across the UK and Europe, from small businesses to major industrial and commercial energy users.
Please Note: The procurement process implements the accelerated procedure as defined under regulation 2 of the Public Contracts Regulations 2015 #102 (PCR 2015), and follows a reduced time-line for the receipt of tenders as specified under regulation 27 (5) of the PCR 2015.
Bidders can bid on 1 or more lots.
The framework is to cover call-off contracts made across England, Scotland and Wales, but excludes Northern Ireland.
The framework is available for use by all National Health Service (NHS) organisations including, but not limited to, the following defined groups:
http://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx
http://www.scot.nhs.uk/organisations/
http://www.nhsdirect.wales.nhs.uk/localservices/localhealthboards/
http://www.nhs.uk/pages/home.aspx
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.
The framework agreement is 4 years in duration from the commencement date. The anticipated commencement date is during September 2016. It is envisaged that the final framework will be awarded to approximately 15 suppliers per lot. The final number of suppliers successfully awarded positions on the framework may vary to this approximate value to adequately represent the current market.
Values in this contract 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. Award of a position on this framework to any supplier does not guarantee any contracts will be awarded to the supplier under the framework. The established framework and all associated documents are subject to any future legislation and regulatory changes applicable to the supply of utilities.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.3)Review procedure
This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in Section VI.4.1) of this contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are 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:
Related Posts
Aspire Housing: Framework for the Supply of Electricity and Gas
Energy Portfolio Services Framework