Tender

Origin Housing Ltd Electricity, Gas & Water Procurement Framework

  • Origin Housing Ltd

F02: Contract notice

Notice identifier: 2024/S 000-001292

Procurement identifier (OCID): ocds-h6vhtk-042d2f

Published 15 January 2024, 2:36pm



The closing date and time has been changed to:

28 February 2024, 4:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Origin Housing Ltd

St Richards House, 110 Eversholt St

London

NW11BS

Contact

Katherine Moore

Email

Katherine.Moore@costadvice.co.uk

Telephone

+44 1246252794

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.originhousing.org.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42861

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Origin Housing Ltd Electricity, Gas & Water Procurement Framework

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

This Invitation to Tender (ITT) is issued to those who have expressed intention to tender (“the Tenderers”) to Origin Housing Ltd to enter into a framework agreement (the Agreement) under which Public Sector organisation or bodies governed by public law (‘Other Bodies’) intends to invite offers through further competition for supply of electricity, gas and/or water.

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Supply of Half-Hourly (HH) metered electricity.

Lot No

1

two.2.2) Additional CPV code(s)

  • 31682000 - Electricity supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Refer to Invitation to Tender Procurement Documents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Supply of non Half-Hourly (NHH) metered electricity.

Lot No

2

two.2.2) Additional CPV code(s)

  • 31682000 - Electricity supplies

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Refer to Invitation to Tender Procurement Documents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Supply of Natural Gas

Lot No

3

two.2.2) Additional CPV code(s)

  • 09123000 - Natural gas

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Refer to Invitation to Tender Documents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Water and wastewater (‘Water’)

Lot No

4

two.2.2) Additional CPV code(s)

  • 65100000 - Water distribution and related services
  • 38421100 - Water meters
  • 41000000 - Collected and purified water
  • 41100000 - Natural water
  • 41110000 - Drinking water
  • 41120000 - Non-drinking water
  • 65110000 - Water distribution
  • 65111000 - Drinking-water distribution
  • 65130000 - Operation of water supplies
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 90480000 - Sewerage management services
  • 44161200 - Water mains
  • 44161400 - Underwater pipeline

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

Refer to Invitation to Tender Procurement Documents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

According to the Lot(s) tendered, respondents will be licensed by OFGEM to supply electricity and/or natural gas and/or OFWAT in relation to Water/Waste Water.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

According to the Lot(s) tendered, respondents will be licensed by OFGEM to supply electricity and/or natural gas and/or OFWAT in relation to Water/Waste Water.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 30

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

14 February 2024

Local time

4:00pm

Changed to:

Date

28 February 2024

Local time

4:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 60 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 February 2024

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Other Bodies shall be those organisations defined as Contracting Authorities or bodies governed by public law in the Regulations and may include (but not be limited to) Academies, Housing Associations and other contracting authorities as defined in the Regulations. Details of the anticipated potential organisations are identified below:

Schools, Academies and Multi-Academy Trusts https://get-information-schools.service.gov.uk/?_ga=2.125386122.1659406650.1702306844-730500501.1671715213

Suppliers of Social Housing https://www.gov.uk/government/publications/current-registered-suppliers-of-social-housing

Councils https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/social-media/go-further/a-z-councils-online

NHS Trusts https://www.england.nhs.uk/publication/nhs-supplier-directory/

Other Will also be open for use by all other public sector contracting authorities (and any future successors to these organisations), as defined in the link, but not limited to

https://www.costadvice.co.uk/originframework

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231107.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:231107)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

A standstill period will be incorporated at the time information on the award of the Framework Agreement is communicated to tenderers. That notification which will be for a minimum of 10 days, provides time for unsuccessful tenderers to challenge the award decision before the Framework Agreement goes live.