Tender

Ormiston Academies Trust - Gas & Electricity Flexible Purchase in Advance Supply Contracts

  • ORMISTON ACADEMIES TRUST

F02: Contract notice

Notice identifier: 2022/S 000-010411

Procurement identifier (OCID): ocds-h6vhtk-032f49

Published 21 April 2022, 4:28pm



Section one: Contracting authority

one.1) Name and addresses

ORMISTON ACADEMIES TRUST

1 Victoria Square,

Birmingham

B1 1BD

Contact

Chris Felgate

Email

chris.felgate@gingerenergy.co.uk

Telephone

+44 7788534552

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

06982127

Internet address(es)

Main address

https://www.ormistonacademiestrust.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA35009

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Ormiston Academies Trust - Gas & Electricity Flexible Purchase in Advance Supply Contracts

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

Ormiston Academies Trust (OAT) are seeking tenders for the supply of Non Half Hourly electricity (NHH), Half Hourly electricity (HH) and Natural Gas supplies commencing September 2022.

A flexible purchase in advance contract to run for up to 5 years.

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

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

Natural Gas

Lot No

1

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

Sites across England but may expand

two.2.4) Description of the procurement

Provision of flexible purchase in advance natural gas contract as per the ITT.

Start date is September 2022 with potential for site additions.

Maximum period of 5 years.

two.2.5) Award criteria

Quality criterion - Name: Service & Operation / Weighting: 30

Quality criterion - Name: Product & Operational Processes / Weighting: 30

Price - Weighting: 40

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

Start date

1 September 2022

End date

30 September 2025

This contract is subject to renewal

Yes

Description of renewals

Maximum extension to 30/09/2027

two.2.10) Information about variants

Variants will be accepted: Yes

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.2.14) Additional information

Additional information can be found in ITT and supporting documents

two.2) Description

two.2.1) Title

NHH & HH Electricity

Lot No

2

two.2.2) Additional CPV code(s)

  • 09310000 - Electricity

two.2.3) Place of performance

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

Currently across England but may expand

two.2.4) Description of the procurement

Provision of flexible purchase in advance electricity contract as per the ITT.

Start date is September 2022 with potential for site additions.

Maximum period of 5 years.

two.2.5) Award criteria

Quality criterion - Name: Service & Operation / Weighting: 30

Quality criterion - Name: Product & Operational Processes / Weighting: 30

Price - Weighting: 40

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

Start date

1 September 2022

End date

30 September 2025

This contract is subject to renewal

Yes

Description of renewals

Maximum extension to 30/09/2027

two.2.10) Information about variants

Variants will be accepted: Yes

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.2.14) Additional information

Additional information can be found in the ITT and supporting documents


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

All parties wishing to tender must be OFGEM registered and hold GB supply licence.

Further details are as stated in the procurement documents

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.2.2) Contract performance conditions

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Date

23 May 2022

Local time

4:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

23 May 2022

Local time

4:30pm

Place

Ginger Energy Limited, The Cloisters, George Road, Birmingham, B15 1NP

Information about authorised persons and opening procedure

To be opened by Chris Felgate (Director - Ginger Energy)& Joe Ewers (Client Delivery Manager- Ginger Energy). To be opened from online portal in isolation to ensure data security. The financial elements will be randomly allocated to either of the aforementioned parties for scoring in isolation to ensure that no undue treatment is allocated to any tender.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Additional information can be found in the ITT and supporting documentation.

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=226080.

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:226080)

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

The award of the contract 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.