Section one: Contracting authority
one.1) Name and addresses
Scottish Government
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
Telephone
+44 1412420133
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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 Electricity Framework Agreement
Reference number
SP-21-052.
two.1.2) Main CPV code
- 09310000 - Electricity
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply of Electricity to the Scottish public sector and Scottish third sector organisations.
The supplier will provide metering and billing services, and will provide trading services to facilitate supply of electricity from the wholesale markets
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The framework agreement is for the supply of electricity encompassing Half-Hourly, Non Half-Hourly, Domestic, Pseudo Half-Hourly and Unmetered Supplies.
The anticipated total consumption, based on the current Scottish Procurement framework agreement volumes, is 2.4 TWh per annum.
Scottish Procurement will operate a flexible purchasing strategy for public sector and third sector bodies under the Framework Agreement, predominantly sourced via the traded electricity markets employing buys and sells on a forward and prompt basis via the Contractor’s trading desk, with forward purchasing anticipated at 30 months. The Contractor must be able to incorporate power volumes sourced independently into the volumes of energy that are required to supply any designated framework users. Framework users will take delivery of power on the basis of annual supply periods. Framework users may require certain ancillary services.
The Framework documentation incorporates a number of requirements relevant to and included so as to promote the potential for furthering environmental, renewable and robust energy supply initiatives. The measures it contains include that the supplier must be able to incorporate power volumes sourced independently, with a view to incorporating, within the supply portfolio, sources of generation consistent with the objectives of the Authority and the relevant Framework users (for example related to furthering duties on the framework users to further their sustainable procurement duty or duties under the Climate Change (Scotland) Act 2009), and the Scottish Government Scottish Energy Strategy.
The period of the Framework Agreement shall be from 1 April 2023 to 31 March 2026 with options to extend for up to 3 years to 31 March 2029 in single year extensions.
Within these time periods, the Contractor will be expected to provide flexible purchasing trading services only for the period 1 April 2023 to 31 March 2024, with the existing provider continuing to supply electricity under the existing framework during this period.
For the avoidance of doubt the Contractor will not supply electricity to public bodies and third sector bodies under the Framework Agreement during the period 1 April 2023 to 31 March 2024. The supply of electricity will commence on 1 April 2024.
For the remaining duration of the framework agreement the Contractor will provide flexible purchasing trading services and supply of electricity to public sector and third sector bodies.
Between 1 April 2024 and 31 March 2026, it is anticipated that supply may include significant volumes of electricity purchased from the existing framework provider under the existing framework and sleeved by the Contractor under the terms of the Framework Agreement (see procurement documents).
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Three 1 year extension options
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Three 1 year extension options
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
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
SPD Statement 4B.1.1: Bidders will be required to have a minimum “general” yearly turnover of 350,000,000 GBP for the last 3 years. The reason for this figure is that the services include a requirement to forward purchase significant volumes of electricity, up to 2.5 years ahead, for which the customer shall not pay until soon after the point of consumption, creating exposure and financial capacity considerations justifying the turnover figure used. The figure is considered to be below 2 x the annual contract value of the contract.
It is a requirement that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract the types of insurance indicated below:
SPD Statement 4B.5.1a: Professional Risk Indemnity Insurance in the sum of not less than 5,000,000 GBP for any 1 incident and unlimited in total
SPD Statement 4B.5.1b: Employers Liability Insurance 5,000,000 GBP (in accordance with any legal obligation for the time being in force)
SPD Statement 4B.5.2: Public Liability Insurance in the sum of not less than 10,000,000 GBP for any 1 incident and unlimited in total
Bidders who do not currently have or cannot commit to obtaining the levels of Insurance requested may be excluded from the procurement process. In event of award of a Framework, Scottish Government will seek proof that these Insurance provisions have been fully complied with.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
SPD statement 4.C.4 - Bidders should confirm they have (or have access to) relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that the systems in place allow to pay subcontractors through the supply chain promptly and effectively. Bidders must also provide:
a. evidence of your standard payment terms
b. evidence at least 95% payment on time of valid invoices,
OR
c. can provide an improvement plan to drive timely progress towards 95% payment on time of valid invoices.
Responses to Q4.C.4 will be evaluated as a “Pass” or “Fail”. Tenderers who do not achieve a “Pass” for this question will not be considered further.
SPD Statement 4C.6: Bidders will be required to hold an electricity supply licence.
Responses to Question 4.C.6 will be evaluated as a “Pass” or “Fail”. Tenderers who do not hold an electricity licence will not achieve a “Pass” for this question and will not be considered further.
SPD Statement 4C.7: Bidders will be required to demonstrate knowledge of the climate emergency and the impact of their organisation, including their organisation’s own scope 1 and 2 emissions. Accepted evidence to include but is not limited to: A completed copy of the Bidder ‘priority contract’ Climate Change Plan Template, including the bidder’s calculated scope 1 and 2 carbon emissions and their planned projects and actions to reduce their carbon emissions.
SPD Statement 4D.1: Bidders will be required, by the framework commencement date, to demonstrate that they have controls in place to mitigate against cyber-attacks and ensure continuity of service; this may be demonstrated by accreditation to applicable standards such as ISO 27001, ISO 22301, ISO/IEC 20000, Cyber Essentials or their equivalents. Bidders will also be required, by the framework commencement date, to have an effective Quality Management System in place; this may be demonstrated by accreditation to an applicable standard such as ISO 9001, or equivalent, or by submitting a copy of their own Quality Management System.
SPD Statement 4D.2: See statement contained within VI.3 Additional Information
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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 a single operator
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
Originally published as:
Date
23 December 2022
Local time
1:00pm
Changed to:
Date
12 January 2023
Local time
1:00pm
See the change notice.
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: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
23 December 2022
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
six.3) Additional information
SPD Statement 4D.2: 1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
OR
2. The bidder must have the following:
a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must describe the bidder’s environmental emergency response procedures.
b. Documented arrangements for ensuring that environmental management procedures are effective in reducing/preventing significant impacts on the environment. This should evidence the organisation’s environmental policy implementation plan.
c. Arrangements for providing employees with training/information on environmental issues to ensure that workforce has sufficient skills/understanding to carry out their various duties. This should include a programme of refresher training.
d. Documented arrangements for checking/reviewing and improving, the bidder’s environmental management performance and the environmental impact, demonstrating that it has in place training arrangements to ensure that workforce has sufficient skills/understanding to carry out their duties.
e. Documented arrangements checking, reviewing/improving the organisations environmental management performance and the environmental impact on an on-going basis including details in place to deal with environmental risks.
As more fully set out in the procurement documents, The scope of the framework agreement also incorporates a number of requirements relevant to and included so as to promote the potential for furthering environmental, renewable and robust energy supply initiatives and to assist the Scottish Government and framework users to take forward the following options:
Option 1 - A PPA entered into between the Scottish Government (Authority) and a third party generator where the generator is not a framework user
Option 2 - A PPA entered into between the Contractor and a third party generator where the generator is not a framework user
Option 3 - A PPA entered into between the Scottish Government (Authority) and a generator where the generator is a framework user
Option 4 - A PPA entered into between the Contractor and a generator where the generator is a framework user
Option 5 – An Export PPA where a framework user may sell excess volume to the Contractor
Option 6 – Supporting ancillary services relevant to framework user private wire arrangements
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21557. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
a. The creation of employment, training and recognised transferable skills development opportunities relevant to the Framework, including those ‘Green Skills’ as described in the Climate Emergency Skills Action Plan that support the Purchaser’s objectives to decarbonise relevant services, including through innovative solutions, with a particular focus on those further from the jobs market, such as the long term unemployed, ex-offenders or others furthest from the jobs market.
b. To provide employment, apprenticeship, training or work experience for young people, which seek to support the Young Person’s Guarantee.
c. The creation of career advice, education and experience opportunities for young people, with a particular focus on those from deprived areas.
d. Support for community energy schemes.
(SC Ref:693877)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom