Opportunity

Supply of Energy 2

  • The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

F02: Contract notice

Notice reference: 2022/S 000-026408

Published 21 September 2022, 3:28pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Energy 2

Reference number

RM6251

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

This framework agreement will act as the vehicle through which central government and wider public sector customers will be supplied gas and electricity. The portfolio varies on an annual basis but our current best estimates are that the framework agreement will supply approximately 25 TWh per year of gas and electricity to approximately 1,150 public sector customers across approximately 86,000 meters.

In supplying gas and electricity the supplier will provide customers with various supply administration services covering invoicing, query resolution and account management, as well as a range of services which will support customers in their net zero ambitions such as access to energy from renewable sources and to Power Purchase Agreements. The supplier will also support the delivery and execution of Crown Commercial Service’s energy trading requirements.

The portfolio will include a range of customers from different sectors, and a range of different metering classes and profiles e.g. half hourly, non-half hourly, unmetered and BMU’s. A detailed list of meters will be published in a Portfolio Summary.

This new framework agreement will replace the existing Supply of Energy framework agreement (RM6011). Baskets of customers meters will transfer to the new framework agreement at different times over a twenty four month period between April 2024 and April 2026. It is CCS intention (although cannot be guaranteed) that each basket will be supplied through this framework agreement for a four year period. CCS will engage with the incoming and outgoing suppliers to coordinate the transfer.

In addition to the transfer of baskets it is possible that a small number of meters might require supply through this new agreement prior to April 2024.

All estimates of values provided within this Contract Notice are best estimates and as such should not be considered as guaranteed.

two.1.5) Estimated total value

Value excluding VAT: £51,000,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

If a bidder is successful on both Lots we reserve the right to award the bidder to only one Lot

two.2) Description

two.2.1) Title

RM6251 - Supply of Energy 2 - Electricity Lot

Lot No

1

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09310000 - Electricity
  • 09330000 - Solar energy
  • 30237475 - Electric sensors
  • 31100000 - Electric motors, generators and transformers
  • 31321000 - Electricity power lines
  • 31500000 - Lighting equipment and electric lamps
  • 31518200 - Emergency lighting equipment
  • 31680000 - Electrical supplies and accessories
  • 31681000 - Electrical accessories
  • 31682000 - Electricity supplies
  • 38551000 - Energy meters
  • 38552000 - Electronic meters
  • 38554000 - Electricity meters
  • 42520000 - Ventilation equipment
  • 44111511 - Electrical insulators
  • 44212222 - Electricity transmission pylons
  • 44212226 - Electricity poles
  • 45232200 - Ancillary works for electricity power lines
  • 45261215 - Solar panel roof-covering work
  • 45310000 - Electrical installation work
  • 45315000 - Electrical installation work of heating and other electrical building-equipment
  • 45315100 - Electrical engineering installation works
  • 45315300 - Electricity supply installations
  • 45317000 - Other electrical installation work
  • 45317100 - Electrical installation work of pumping equipment
  • 45317200 - Electrical installation work of transformers
  • 45317300 - Electrical installation work of electrical distribution apparatus
  • 48000000 - Software package and information systems
  • 50411300 - Repair and maintenance services of electricity meters
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 50532400 - Repair and maintenance services of electrical distribution equipment
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations
  • 51100000 - Installation services of electrical and mechanical equipment
  • 51110000 - Installation services of electrical equipment
  • 51112000 - Installation services of electricity distribution and control equipment
  • 51112200 - Installation services of electricity control equipment
  • 51120000 - Installation services of mechanical equipment
  • 65300000 - Electricity distribution and related services
  • 65310000 - Electricity distribution
  • 65320000 - Operation of electrical installations
  • 71314000 - Energy and related services
  • 71314100 - Electrical services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71314310 - Heating engineering services for buildings
  • 71323100 - Electrical power systems design services
  • 72300000 - Data services
  • 72310000 - Data-processing services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service (CCS), as the Contracting Authority, intends to put in place a framework agreement for the supply of approximately 13 TWh of electricity to meet requirements of 990 customers across c.53,000 meters managed via an aggregated, flexible, risk managed approach.

The requirement covers all electricity meters.

Growth in customer numbers could cause a rise in demand. Conversely, any energy demand destruction/ efficiency initiatives could reduce the figure over the life of the relationship.

Existing volumes will be expected to transfer in stages as supply delivery periods (under the existing arrangement) expire and therefore initial delivery volumes may be significantly lower.

Provision of goods, works and services in addition to the provision of electricity and gas supplies may also be required.

It is envisaged that this will include, but not be limited to a wide range of procurement options and which allow for the greatest degree of control and transparency of pricing; direct access to trading service and access to Financial Services Authority regulated advisors; price to market options; flexible and electronic billing systems; sourcing of longer term price mechanisms (potentially acting as Agent); customer administration and query management, including site registrations, objection handling and ongoing maintenance of customer contracts; bespoke report generation; transparent balancing and settlement charges; new connections and site-works; metering; demand side management and innovations delivering energy savings; Automatic Meter Reading; Energy/Carbon reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/technology); Export Agreements and Balancing Services, peer to peer (P2P) energy trading platform.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £43,000,000,000

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

RM6251 - Supply of Energy 2 - Gas Lot

Lot No

2

two.2.2) Additional CPV code(s)

  • 09120000 - Gaseous fuels
  • 09121200 - Mains gas
  • 09133000 - Liquefied Petroleum Gas (LPG)
  • 38551000 - Energy meters
  • 45333000 - Gas-fitting installation work
  • 45333200 - Gas meter installation work
  • 50411200 - Repair and maintenance services of gas meters
  • 65210000 - Gas distribution
  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Crown Commercial Service (CCS), as the Contracting Authority, intends to put in place a framework agreement for the supply of approximately 12 TWh of gas to meet requirements of 1005 customers across c.24,000 meters managed via an aggregated, flexible, risk managed approach.

The requirement covers all gas meters.

Growth in customer numbers could cause a rise in demand. Conversely, any energy demand destruction/ efficiency initiatives could reduce the figure over the life of the relationship.

Existing volumes will be expected to transfer in stages as supply delivery periods (under the existing arrangement) expire and therefore initial delivery volumes may be significantly lower.

Provision of goods, works and services in addition to the provision of electricity and gas supplies may also be required.

It is envisaged that this will include, but not be limited to a wide range of procurement options and which allow for the greatest degree of control and transparency of pricing; direct access to trading service and access to Financial Services Authority regulated advisors; price to market options; flexible and electronic billing systems; sourcing of longer term price mechanisms (potentially acting as Agent); customer administration and query management, including site registrations, objection handling and ongoing maintenance of customer contracts; bespoke report generation; transparent balancing and settlement charges; new connections and site-works; metering; demand side management and innovations delivering energy savings; Automatic Meter Reading; Energy/Carbon reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/technology); Export Agreements and Balancing Services, peer to peer (P2P) energy trading platform.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £8,000,000,000

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

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

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: 2021/S 000-010190

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

Date

21 October 2022

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

21 September 2022

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Start/4b11e0a9-f00e-496f-964b-fb15fc3e37bc

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Please be aware that the 1% rule will not apply to this procurement.

six.4) Procedures for review

six.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3450103503

Country

United Kingdom