Section one: Contracting authority
one.1) Name and addresses
Cirrus Primary Academy Trust
Wallington Primary Academy, Mollison Drive
Wallington
SM6 9JM
Contact
David Bennett
Telephone
+44 2086191345
Country
United Kingdom
NUTS code
UKI63 - Merton, Kingston upon Thames and Sutton
National registration number
09642581
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43084
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
Additional information can be obtained from another address:
Nationwide Utilities Ltd
12 Ravensbury Terrace, Earlsfield,
London
SW18 4RL
Contact
Mike Chan
mike.c@nationwideutilities.com
Telephone
+44 2034752007
Country
United Kingdom
NUTS code
UKI6 - Outer London – South
National registration number
04125277
Internet address(es)
Main address
https://www.nationwideutilities.com/
Buyer's address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
Academy Trust
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Energy Procurement Framework
Reference number
Cirrus_DPS_2022-32
two.1.2) Main CPV code
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
two.1.3) Type of contract
Supplies
two.1.4) Short description
Cirrus Primary Academy Trust (CPAT) are conducting a tender for a Dynamic Purchasing System (DPS) using a procurement procedure and other conditions, as set out in Regulation 34 the of the Public Contracts Regulations 2015 (PCR 15). The purpose of the DPS is to provide electricity and gas supply contracts for the benefit of The Authority and all other PCR 15 bound Contracting Authorities within England, Scotland, Wales and Northern Ireland, as defined by Regulation 2 of the Public Contract Regulations 2015 #102.
two.1.5) Estimated total value
Value excluding VAT: £500,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
- 09310000 - Electricity
- 09121200 - Mains gas
- 09123000 - Natural gas
two.2.3) Place of performance
NUTS codes
- UKI63 - Merton, Kingston upon Thames and Sutton
two.2.4) Description of the procurement
Cirrus Primary Academy Trust (CPAT) are conducting a tender for a Dynamic Purchasing System (DPS) using a procurement procedure and other conditions, as set out in Regulation 34 the of the Public Contracts Regulations 2015 (PCR 15). The purpose of the DPS is to provide electricity and gas supply contracts for the benefit of The Authority and all other PCR 15 bound Contracting Authorities within England, Scotland, Wales and Northern Ireland, as defined by Regulation 2 of the Public Contract Regulations 2015 #102.
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
120
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.1.2) Economic and financial standing
List and brief description of selection criteria
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 or93C 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.
Minimum level(s) of standards possibly required
In order to qualify as an approved supplier on the DPS you must demonstrate that you are fully Ofgem licensed to supply electricity and/or gas throughout Great Britain.
Energy brokers/consultants white-labelling or introducing a licensed supplier’s offer will not qualify and will be excluded from the process.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.5) Information about reserved contract
The execution of the contract is restricted to the framework of sheltered employment programmes
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Yes
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: 20
In the case of framework agreements, provide justification for any duration exceeding 4 years:
DPS
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
Subsequent mini-competitions will be run on Nationwide Utilities' electronic tendering platform.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 May 2022
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 May 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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=225889.
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:225889)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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