Tender

Provision of a Third-Party Intermediary (TPI) to procure an electricity and gas supplier and additional services

  • NHS Property Services Limited

F02: Contract notice

Notice identifier: 2023/S 000-033170

Procurement identifier (OCID): ocds-h6vhtk-0405ed

Published 9 November 2023, 12:14pm



Section one: Contracting authority

one.1) Name and addresses

NHS Property Services Limited

Regent House, Heaton Lane

Stockport

SK4 1BS

Contact

Dimitar Kafadarov

Email

dimitar.kafadarov@property.nhs.uk

Country

United Kingdom

Region code

UKD35 - Greater Manchester South East

Internet address(es)

Main address

https://www.property.nhs.uk/

Buyer's address

https://www.property.nhs.uk/

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of a Third-Party Intermediary (TPI) to procure an electricity and gas supplier and additional services

two.1.2) Main CPV code

  • 65000000 - Public utilities

two.1.3) Type of contract

Services

two.1.4) Short description

The key objective(s) of this competition are:
• To appoint a TPI to manage our Risk Management Strategy (RMS) and provide energy procurement services on behalf of NHSPS.
• To secure additional services to ensure ongoing value for money from a customer and company perspective
• Once TPI is appointed, to switch all consolidated electricity and gas supplies via a tender conducted by the TPI under the Utilities Contract Regulations (UTR) 2016 to the new supplier(s) by April 2025
• To have successfully switched all consolidated electricity and gas supplies to the successful new supplier/s by April 2025

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

Lot A - Core Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 65000000 - Public utilities
  • 65200000 - Gas distribution and related services
  • 65400000 - Other sources of energy supplies and distribution
  • 71314300 - Energy-efficiency consultancy services
  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD35 - Greater Manchester South East

two.2.4) Description of the procurement

Energy procurement:
a. To procure an electricity and gas bespoke flexible contract starting 01 Apr 2025
b. To maintain and take ownership of an agreed Risk Management Strategy (RMS), executing energy trades in line with the RMS and dynamic market risk management consultancy services
c. To project manage and oversee the switch of all consolidated electricity and gas supplies to the successful new supplier(s) by April 2025
Financial reporting

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

36

This contract is subject to renewal

Yes

Description of renewals

The duration of the agreement for each lot shall be for a period of 3 years with an extension option of 2 years (3+2). Extensions shall not be guaranteed and shall be confirmed by NHSPS according to market conditions, Provider performance and NHSPS requirements.

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

Lot B - Additional Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 65000000 - Public utilities
  • 65200000 - Gas distribution and related services
  • 71314000 - Energy and related services
  • 65400000 - Other sources of energy supplies and distribution
  • 71314300 - Energy-efficiency consultancy services
  • 71314200 - Energy-management services

two.2.3) Place of performance

NUTS codes
  • UKD35 - Greater Manchester South East

two.2.4) Description of the procurement

To provide additional value add services to include, but not limited to;
a. Energy management consultancy services, including Portfolio Churn Management, resolution of objections to supply transfer, data provision for compliance reporting, siteworks support and carbon reporting support.
b. Account Management, including supplier management and knowledge sharing.
c. Ability to sleeve a Power Purchase Agreement.
d. Installation of smart metering for better access to Scope 1 and 2 emission data.
e. Bill validation (Optional – not evaluated)

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

36

This contract is subject to renewal

Yes

Description of renewals

The duration of the agreement for each lot shall be for a period of 3 years with an extension option of 2 years (3+2). Extensions shall not be guaranteed and shall be confirmed by NHSPS according to market conditions, Provider performance and NHSPS requirements.

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.1.8) 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: 2023/S 000-028572

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

Date

24 November 2023

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

Tender must be valid until: 24 January 2024

four.2.7) Conditions for opening of tenders

Date

9 November 2023

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Cabinet Office

70 Whitehall

London

SW1A 2AS

Country

United Kingdom

Internet address

https://www.gov.uk/government/organisations/cabinet-office