Tender

TC970 Supply of Electricity and Electricity Related Services

  • Manchester City Council

F02: Contract notice

Notice identifier: 2023/S 000-017192

Procurement identifier (OCID): ocds-h6vhtk-03d70c

Published 16 June 2023, 1:12pm



Section one: Contracting authority

one.1) Name and addresses

Manchester City Council

Floor 5 (Mount Street Elevation), Town Hall Extension, Albert Square

Manchester

M60 2LA

Contact

Mr Josh Ward

Email

joshua.ward@manchester.gov.uk

Telephone

+44 1612345000

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.manchester.gov.uk

Buyer's address

http://www.manchester.gov.uk

one.3) Communication

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

www.the-chest.org.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.the-chest.org.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

TC970 Supply of Electricity and Electricity Related Services

Reference number

DN675117

two.1.2) Main CPV code

  • 65300000 - Electricity distribution and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this tender is to appoint suppliers for the framework supply agreement, initially with MCC. The framework agreement will also be made available on the same basis to other AGMA local authorities and any North West and other Greater Manchester based public sector organisations. Any such organisation joining the framework during its life shall be offered pricing and services in line with the main agreement with MCC. Such additional load shall be contracted on the basis of a stand-alone agreement between the supplier and the particular public body.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 65300000 - Electricity distribution and related services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

Further details are set out in the procurement documents

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 20

Quality criterion - Name: Carbon Neutral and Environment / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Extension of the framework is available 1 + 1 + 1 years

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.2.14) Additional information

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on 06th July 2023 as referred to in IV.2.2.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

It is considered that due to serious uncertainties in the UK energy markets releasing this framework opportunity any earlier would have been unlikely to have yield an acceptable outcome. By going ahead with this procurement process now under the accelerated procedure it is hoped to conclude the award of this framework whilst external market conditions are more stable.

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: 3

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The framework will not exceed 4 years.

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

6 July 2023

Local time

11:00am

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

English

four.2.7) Conditions for opening of tenders

Date

6 July 2023

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on 06th July 2023 as referred to in IV.2.2. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.

The contracts will be for 1 years, expected to commence 05th September 2023 with option to extend for up to an additional 3 year(s) (1+1+1).

The successful supplier will be required to actively participate in the economic and social regeneration of the locality of, and surroundings of, the place of delivery of the contract. Therefore, selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project.

The Council reserves the right not to award the framework, as a result of this Contract Notice. The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed framework.

All submissions must be in English, with any clarifications or discussions conducted in English. Tenders and supporting documents must be priced in pounds sterling and all payments under the proposed contract will be made in pounds sterling.

Tenders should note that although quantities and descriptions in the tender are those used and required by Manchester City Council this Framework is open to and may be used by other North West Authorities and Manchester Partners - this includes the following Councils and partners:-Blackburn with Darwen, Blackpool, Bolton, Bury, Cheshire East, Cumbria, Cheshire West and Chester, Halton, Knowsley, Lancashire, Liverpool, Manchester, Oldham, Rochdale, Salford, Sefton, St Helens, Stockport, Tameside, Trafford, Warrington, Wigan, Wirral, Greater Manchester Fire and Rescue Authority, Greater Manchester Police Authority, Manchester College and partners, Greater Manchester Waste Disposal Authority, Manchester Central Convention Complex, Commission for New Economy, Greater Manchester Passenger Transport Executive (TfGM),Transport for Greater Manchester, Greater Manchester Combined Authority, Integrated Transport Authority, Pennine Accute Trust, Factory International, CQHN (Trade Co), Central Manchester Foundation Trust, and University Hospitals of South Manchester. All other Schools and Public sector bodies and charities may use this framework.

Currently, the following authorities utilize the framework:

o Manchester City Council.

o Salford City Council.

o Bolton Council.

six.4) Procedures for review

six.4.1) Review body

Manchester City Council

Manchester

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework is communicated to tenderers prior to entering into the framework. If an appeal regarding the award of a framework has not been successfully resolved, the Public Contract Regulations 2015 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)