Opportunity

The Provision of the Supply of Energy to Catholic Education Establishments in England & Wales

  • Cardinal Griffin Catholic College

F02: Contract notice

Notice reference: 2021/S 000-032185

Published 23 December 2021, 11:15am



Section one: Contracting authority

one.1) Name and addresses

Cardinal Griffin Catholic College

Cardinal Way, Stafford Rd

Cannock

WS11 4AW

Contact

Churchmarketplace Energy Procurement

Email

tender1@churchmarketplace.org.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.churchmarketplace.org.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA24508

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

https://www.sell2wales.gov.wales/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales/

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

The Provision of the Supply of Energy to Catholic Education Establishments in England & Wales

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

Cardinal Griffin Catholic College wish to establish an energy framework that will be available to all Catholic Schools in England and Wales.

This framework agreement will be in five Lots for Half Hourly (HH) electricity supplies, Non-Half Hourly (NHH) electricity supplies, Mains gas supplies, Biomass and Oil supplies.

The academy will work with Inter-Diocesan Fuel Management Ltd. (IFM) to manage the framework on a day to day basis.

The Cardinal Griffin Catholic College (CGCC) energy framework will be promoted and marketed by Churchmarketplace Limited (CMP).

two.1.5) Estimated total value

Value excluding VAT: £800,000,000

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

Half Hourly (HH) electricity supplies

Lot No

1

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09100000 - Fuels
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09310000 - Electricity

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is to create a framework agreement in a range of Lots for the supply of Half Hourly (HH)electricity supplies, Non-Half Hourly (NHH) electricity supplies, Mains gas supplies, Oil supplies, and Biomass supplies to End Customers (as above) in England and Wales.

The procurement will be conducted in 2 stages with this PQQ stage followed by an Invitation to Tender stage for Suppliers who successfully pass the PQQ stage.

Potential Suppliers for this energy supply framework are expected to be appropriately licensed and registered with OFGEM, depending on the Lots being applied for.

Bids from third party brokers / intermediaries offering to solicit supply offers from registered suppliers are discouraged.

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

48

This contract is subject to renewal

Yes

Description of renewals

Up to a further 36 months in one or more extensions.

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

Non-Half Hourly (NHH) electricity supplies

Lot No

2

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09100000 - Fuels
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 09310000 - Electricity

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is to create a framework agreement in a range of Lots for the supply of Half Hourly (HH)electricity supplies, Non-Half Hourly (NHH) electricity supplies, Mains gas supplies, Oil supplies, and Biomass supplies to End Customers (as above) in England and Wales.

The procurement will be conducted in 2 stages with this PQQ stage followed by an Invitation to Tender stage for Suppliers who successfully pass the PQQ stage.

Potential Suppliers for this energy supply framework are expected to be appropriately licensed and registered with OFGEM, depending on the Lots being applied for.

Bids from third party brokers / intermediaries offering to solicit supply offers from registered suppliers are discouraged.

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

48

This contract is subject to renewal

Yes

Description of renewals

Up to a further 36 months in one or more extensions.

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

Mains gas supplies

Lot No

3

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09100000 - Fuels
  • 09120000 - Gaseous fuels

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is to create a framework agreement in a range of Lots for the supply of Half Hourly (HH)electricity supplies, Non-Half Hourly (NHH) electricity supplies, Mains gas supplies, Oil supplies, and Biomass supplies to End Customers (as above) in England and Wales.

The procurement will be conducted in 2 stages with this PQQ stage followed by an Invitation to Tender stage for Suppliers who successfully pass the PQQ stage.

Potential Suppliers for this energy supply framework are expected to be appropriately licensed and registered with OFGEM, depending on the Lots being applied for.

Bids from third party brokers / intermediaries offering to solicit supply offers from registered suppliers are discouraged.

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

48

This contract is subject to renewal

Yes

Description of renewals

Up to a further 36 months in one or more extensions.

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

Biomass

Lot No

4

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09100000 - Fuels

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is to create a framework agreement in a range of Lots for the supply of Half Hourly (HH)electricity supplies, Non-Half Hourly (NHH) electricity supplies, Mains gas supplies, Oil supplies, and Biomass supplies to End Customers (as above) in England and Wales.

The procurement will be conducted in 2 stages with this PQQ stage followed by an Invitation to Tender stage for Suppliers who successfully pass the PQQ stage.

Potential Suppliers for this energy supply framework are expected to be appropriately licensed and registered with OFGEM, depending on the Lots being applied for.

Bids from third party brokers / intermediaries offering to solicit supply offers from registered suppliers are discouraged.

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

48

This contract is subject to renewal

Yes

Description of renewals

Up to a further 36 months in one or more extensions.

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

Oil supplies

Lot No

5

two.2.2) Additional CPV code(s)

  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09100000 - Fuels
  • 09130000 - Petroleum and distillates

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement is to create a framework agreement in a range of Lots for the supply of Half Hourly (HH)electricity supplies, Non-Half Hourly (NHH) electricity supplies, Mains gas supplies, Oil supplies, and Biomass supplies to End Customers (as above) in England and Wales.

The procurement will be conducted in 2 stages with this PQQ stage followed by an Invitation to Tender stage for Suppliers who successfully pass the PQQ stage.

Potential Suppliers for this energy supply framework are expected to be appropriately licensed and registered with OFGEM, depending on the Lots being applied for.

Bids from third party brokers / intermediaries offering to solicit supply offers from registered suppliers are discouraged.

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

48

This contract is subject to renewal

Yes

Description of renewals

Up to a further 36 months in one or more extensions.

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.1.2) 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

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

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

24 January 2022

Local time

5:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

24 January 2022

Local time

5:00pm


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 Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=117097.

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.sell2wales.gov.wales/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.

(WA Ref:117097)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom