Supply of Non Half Hourly – Half Hourly Electricity and Natural Gas Manchester
The primary objective of this contract is to provide The University with a framework agreement to procure energy using flexible procurement solutions to be able to meet the demands of The University under two Lots. Lot 1 gas and Lot 2 combined HH and NHH Electricity.
United Kingdom-Manchester: Petroleum products, fuel, electricity and other sources of energy
2013/S 228-396637
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The University of Manchester
Oxford Road
For the attention of: Claire Gibson
M13 9PL Manchester
UNITED KINGDOM
Telephone: +44 1253785201
E-mail: claire.gibson@inenco.com
Fax: +44 1253785001
Internet address(es):
General address of the contracting authority: http://manchester.ac.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of Non Half Hourly, Half Hourly Electricity and Natural Gas.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 30 000 000 and 60 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The primary objective of this contract is to provide The University with a framework agreement to procure energy using flexible procurement solutions to be able to meet the demands of The University under two Lots. Lot 1 gas and Lot 2 combined HH and NHH Electricity.
As such, The University is looking to work with suitably qualified UK licensed suppliers who understand the public procurement regulations and have experience in designing and implementing both standard and innovative product and service solutions to meet those needs.
II.1.6)Common procurement vocabulary (CPV)
09000000, 09310000, 09123000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The primary objective of this contract is to provide The University with a framework agreement to procure energy using flexible procurement solutions to be able to meet the demands of The University under two Lots. Lot 1 gas and Lot 2 combined HH and NHH Electricity.
As such, The University is looking to work with suitably qualified UK licenced suppliers who understand the public procurement regulations and have experience in designing and implementing both standard and innovative product and service solutions to meet those needs.
Estimated value excluding VAT:
Range: between 30 000 000 and 60 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Risk Managed Gas
1)Short description
The requirement of this Lot is for the flexible procurement of gas for approximately 64 supplies. The total anticipated volume is around 173 321 000 kWhs annually.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Risk Managed Gas.
Estimated value excluding VAT:
Range: between 10 000 000 and 25 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Risk Managed HH and NHH Combined Electricity
1)Short description
The requirement of this Lot is for the combined flexible procurement of HH and NHH electricity for approximately 117 supplies. The total anticipated volume is around 116 799 000 kWhs annually.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Risk Managed HH and NHH Combined Electricity.
Estimated value excluding VAT:
Range: between 20 000 000 and 35 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Refer to tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
A single member of any grouping/consortium of Suppliers will be required to accept prime contractorship.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Suppliers licensed to operate in the UK.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Information and formalities necessary for evaluating if the requirements are met: As set out in Article 47 of Directive 2004/18/EC and in Regulation 24 of the Public Contracts Regulations 2006. Also as set out in the Tender. The tender documents must be completed and returned in accordance with the instructions, by the deadline stated in section IV.3.4) of this contract notice.
III.2.3)Technical capacity
Minimum level(s) of standards possibly required:
Information and formalities necessary for evaluating if the requirements are met: As set out in Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006. Also as set out in the Tender. The tender documents must be completed and returned in accordance with the instructions, by the deadline stated in section IV.3.4) of this contract notice.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 2.1.2014 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.1.2014 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: UOM will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2006 (SI 2006 No 5) 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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:21.11.2013