Section one: Contracting authority
one.1) Name and addresses
ESPO
Barnsdale Way, Grove Park, Enderby
Leicester
LE19 1ES
Contact
Energy Procurement Team
Country
United Kingdom
NUTS code
UKF22 - Leicestershire CC and Rutland
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Other activity
Local Authority Services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
191_24 Electricity (Half Hourly Metered, Non-Half Hourly and Unmetered Supply)
Reference number
191_24 (ProContract internal Ref. DN573980)
two.1.2) Main CPV code
- 09300000 - Electricity, heating, solar and nuclear energy
two.1.3) Type of contract
Supplies
two.1.4) Short description
ESPO wish to create a four-year single supplier Framework Agreement for the provision of wholesale electricity supplies, with ESPO acting as an intermediary to buy electricity in the wholesale market on behalf of central government, local authorities, public and third sector organisations within England, Wales and Scotland.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £960,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 09310000 - Electricity
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
ESPO wish to create a four-year single supplier Framework Agreement for the provision of wholesale electricity supplies, with ESPO acting as an intermediary to buy electricity in the wholesale market on behalf of central government, local authorities, public and third sector organisations within England, Wales and Scotland.
Supplier must hold and maintain an Electricity Supply Licence granted by OFGEM throughout the duration of the Framework Agreement.
Upon award of contract, the successful Suppliers rating, as determined by use of a recognised credit rating agency, will be sampled and used as a baseline for contract monitoring. This rating will be monitored for variance against the baseline at least every month. In the case of any negative variances against the baseline, this will be investigated by ESPO accordingly.
The successful Supplier must agree and adhere to a number of Mandatory Requirements, Service Levels and Key Performance Indicators which are provided in the tender documentation.
two.2.5) Award criteria
Quality criterion - Name: Quality Method Statements / Weighting: 55
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 35
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 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
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-005124
Section five. Award of contract
Title
191_24 Electricity (Half Hourly Metered, Non-Half Hourly and Unmetered Supply)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 July 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
TotalEnergies Gas and Power Ltd
Bridge Gate, 55 - 57 High Street
Redhill, Surrey, RH1 1RX
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
National registration number
02172239
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £960,000,000
Section six. Complementary information
six.3) Additional information
As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.
ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.
Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.
six.4) Procedures for review
six.4.1) Review body
The Royal Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Information on deadlines(s) for review procedures can be found in Part 3, Chapter 6 of the Public Contracts Regulations 2015.