Tender

Trident Energy Framework

  • Colchester Institute

F02: Contract notice

Notice identifier: 2024/S 000-039348

Procurement identifier (OCID): ocds-h6vhtk-04c2ce

Published 6 December 2024, 8:37am



Section one: Contracting authority

one.1) Name and addresses

Colchester Institute

Sheepen Road, Colchester

Essex

CO3 3LL

Email

andrew.curry@tridentutilities.co.uk

Telephone

+44 3456349500

Country

United Kingdom

NUTS code

UKH3 - Essex

Internet address(es)

Main address

https://tridentutilities.co.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA32010

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.mytenders.co.uk

Additional information can be obtained from another address:

Trident Utilities Ltd

Unit 1 & 3 , Amy Johnson House, Amy Johnson Way

Blackpool

FY4 2FG

Contact

Gemma Williams

Email

gemma.williams@tridentutilities.co.uk

Telephone

+44 3456349500

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.tridentutilities.co.uk

Buyer's address

www.tridentutilities.co.uk

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

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

Trident Energy Framework

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

Colchester Institute, the Contracting Authority, has commissioned Trident Utilities as their Framework Manager to undertake a procurement to establish a multi-supplier, multi-lot framework to enable public sector bodies and bodies governed by public law to access electricity, gas and water purchasing solutions via a competitive call off process.

two.1.5) Estimated total value

Value excluding VAT: £645,000,000

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

Lot 2 – Electricity Flexible Priced Supply Contracts

Lot No

2

two.2.2) Additional CPV code(s)

  • 09310000 - Electricity
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

An unlimited number of Suppliers (anticipated to be no more than 10) will be appointed to this Lot. Suppliers must hold a UK electricity Supply Licence and are tendering for appointment to Lot 2, which is to supply flexible priced electricity* for half hourly, non-half hourly and unmetered supply points and to the contracting authorities authorised to use this Framework agreement. Based on the interest already expressed in the Framework and an estimated take up, our best estimated for the value of the Call-Off Contracts to be awarded over the lifetime of the Framework agreement for this lot is GBP150,000,000. As detailed, however, no guarantee of business is implied by appointment to the Lot.

For the purposes of this tender, flexible priced electricity will be defined as electricity where the energy element of the price often referred to as the commodity price can be purchased after the Call-Off Contract has been awarded and the Supplier contract entered with the Framework Supplier. It is anticipated that a flexible priced electricity contract will provide for the purchase of the commodity element of the price in tranches or ‘clips’. Such clips may potentially be purchased on a seasonal, quarterly, monthly and daily basis and will be subject to OTC (Over The Counter) pricing which is reflective of the traded futures market.

Awarded Suppliers will be required to demonstrate their ability to supply complex multiple site portfolios

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £150,000,000

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.2.14) Additional information

Once awarded to the framework, suppliers will be contracted and future energy supply contracts will be awarded by way of mini competition. The criteria for award of both the framework lot and subsequent mini competitions are detailed in the procurement documents and framework agreement.

two.2) Description

two.2.1) Title

Lot 1 – Electricity Fixed Price Supply Contracts

Lot No

1

two.2.2) Additional CPV code(s)

  • 09310000 - Electricity
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 09300000 - Electricity, heating, solar and nuclear energy

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

An unlimited number of Suppliers (anticipated to be no more than 10) will be appointed to this Lot. Suppliers must hold a UK electricity Supply Licence and are tendering for appointment to Lot 1, which is to supply fixed price electricity for half hourly, non-half hourly and unmetered supply points and to the contracting authorities authorised to use this Framework agreement. Based on the interest already expressed in the Framework and an estimated take up, our best estimated for the value of the Call-Off Contracts to be awarded over the lifetime of the Framework agreement for this lot is GBP200,000,000. As detailed, however, no guarantee of business is implied by appointment to the Lot.

For the purposes of this tender, fixed price electricity will be defined as electricity which is supplied based on a price which is predominantly fixed for the term of the Call-Off Contract at the point when the Call-Off Contract is awarded and the associated supply agreement entered into with the Framework Supplier.

Awarded Suppliers will be required to demonstrate their ability to supply complex multiple site portfolios

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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.2.14) Additional information

Once awarded to the framework, suppliers will be contracted and future energy supply contracts will be awarded by way of mini competition. The criteria for award of both the framework lot and subsequent mini competitions are detailed in the procurement documents and framework agreement

two.2) Description

two.2.1) Title

Lot 3 - Natural Gas Fixed Price Supply Contracts

Lot No

3

two.2.2) Additional CPV code(s)

  • 09123000 - Natural gas
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09121200 - Mains gas

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

An unlimited number of Suppliers (anticipated to be no more than 10) will be appointed to this Lot. Suppliers must hold a UK natural gas Supply Licence and are tendering for appointment to Lot 3, which is to supply fixed price natural gas various supply points and to the contracting authorities authorised to use this Framework agreement. Based on the interest already expressed in the Framework and an estimated take up, our best estimated for the value of the Call-Off Contracts to be awarded over the lifetime of the Framework agreement for this lot is GBP150,000,000. As detailed, however, no guarantee of business is implied by appointment to the Lot.

For the purposes of this tender, fixed price natural gas will be defined as natural gas which is supplied based on a price which is predominantly fixed for the term of the Call-Off Contract at the point when the Call-Off Contract is awarded and the associated supply agreement entered into with the Framework Supplier.

Awarded Suppliers will be required to demonstrate their ability to supply complex multiple site portfolios

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £150,000,000

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.2.14) Additional information

Once awarded to the framework, suppliers will be contracted and future energy supply contracts will be awarded by way of mini competition. The criteria for award of both the framework lot and subsequent mini competitions are detailed in the procurement documents and framework agreement

two.2) Description

two.2.1) Title

Lot 4 - Natural Gas Flexible Priced Supply Contracts

Lot No

4

two.2.2) Additional CPV code(s)

  • 09123000 - Natural gas
  • 71314200 - Energy-management services
  • 71314000 - Energy and related services
  • 09121200 - Mains gas
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

An unlimited number of Suppliers (anticipated to be no more than 10) will be appointed to this Lot Suppliers must hold a UK natural gas Supply Licence and are tendering for appointment to Lot 4, which is to supply flexible priced natural gas* for various supply points and to the contracting authorities authorised to use this Framework agreement. Based on the interest already expressed in the Framework and an estimated take up, our best estimated for the value of the Call-Off Contracts to be awarded over the lifetime of the Framework agreement for this lot is GBP100,000,000. As detailed, however, no guarantee of business is implied by appointment to the Lot.

For the purposes of this tender, flexible priced natural gas will be defined as natural gas where the energy element of the price often referred to as the ‘commodity price’ can be purchased after the Call-Off Contract has been awarded and the Supplier contract entered with the Framework Supplier. It is anticipated that a flexible priced gas contract will provide for the purchase of the commodity element of the price in tranches or ‘clips’. Such clips may potentially be purchased on a seasonal, quarterly, monthly and daily basis and will be subject to OTC (Over The Counter) pricing which is reflective of the traded futures market.

Awarded Suppliers will be required to demonstrate their ability to supply complex multiple site portfolios

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £100,000,000

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.2.14) Additional information

Once awarded to the framework, suppliers will be contracted and future energy supply contracts will be awarded by way of mini competition. The criteria for award of both the framework lot and subsequent mini competitions are detailed in the procurement documents and framework agreement.

two.2) Description

two.2.1) Title

Lot 5 – Water “Wholesale Plus” Supply Contracts

Lot No

5

two.2.2) Additional CPV code(s)

  • 41110000 - Drinking water

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

A single Supplier will be appointed to this Lot Suppliers must hold a Water Supply and or Sewerage License (WSSL) as issued by OFWAT and are tendering for appointment to Lot 5, which is to supply fixed priced water for various supply points and to the contracting authorities authorised to use this Framework agreement. Based on the interest already expressed in the Framework and an estimated take up, our best estimated for the value of the Call-Off Contracts to be awarded over the lifetime of the Framework agreement for this lot is GBP25,000,000. As detailed, however, no guarantee of business is implied by appointment to the Lot.

For the purposes of this tender, fixed price water will be defined as water supplied on a fully fixed basis with only market led amendments allowed. Evidence must be made available to support any change.

The awarded Supplier will be required to demonstrate their ability to supply complex multiple site portfolios

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £25,000,000

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.2.14) Additional information

The criteria for award of both the framework lot and subsequent mini competitions are detailed in the procurement documents and framework agreement.

This is a single supplier Lot, therefore call-offs will be without opening competition.

two.2) Description

two.2.1) Title

Lot 6 – Ancillary Energy Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 50411200 - Repair and maintenance services of gas meters
  • 38554000 - Electricity meters
  • 50411300 - Repair and maintenance services of electricity meters
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Meter Operator, install, manage, maintain and upgrade electricity & gas meter

Data Collector/Data Aggregator – retrieve, validate and aggregate metering data

An unlimited number of Suppliers (anticipated to be no more than 3) Suppliers must ensure adherence to current licensing and accreditation. Based on the interest already expressed in the Framework and an estimated take up, our best estimated for the value of the Call-Off Contracts to be awarded over the lifetime of the Framework agreement for this lot is GBP 20,000,000. As detailed, however, no guarantee of business is implied by appointment to the Lot.

The awarded Suppliers will be required to demonstrate their ability to supply complex multiple site portfolios

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000,000

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.2.14) Additional information

Once awarded to the framework, suppliers will be contracted and ancilliary services contracts will be awarded by way of mini competition. The criteria for award of both the framework lot and subsequent mini competitions are detailed in the procurement documents and framework agreement.


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

Selection criteria as stated in the procurement documents

Lot 1&2- Suppliers must hold a UK electricity Supply Licence

Lot 3&4 Suppliers must hold a UK natural gas Supply Licence

Lot 5 Suppliers must hold a Water Supply and or Sewerage License (WSSL) as issued by OFWAT

Lot 6 Suppliers must ensure adherence to current licensing and accreditation for Ancilliary Energy Services

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

as per performance KPIs in the procurement documents and framework agreement


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

Envisaged maximum number of participants to the framework agreement: 44

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

Date

17 January 2025

Local time

12:00pm

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

four.2.7) Conditions for opening of tenders

Date

17 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Framework Buyers authorised to use the Framework Agreement fit into the following categories and can be identified by following the relevant links that follow:

Schools, academies, colleges, universities and other educational bodies

England & Wales

Get Information about Schools - GOV.UK

Addresses and phone numbers for schools and pupil referral units | GOV.WALES

http://www.uk-universities.net/Colleges/Wales.html

Scotland

https://education.gov.scot/parentzone/find-a-school/

http://www.scotlandforvisitors.com/colleges.php

http://www.universities-scotland.ac.uk/member-universities/

Housing associations and those involved in public funded social housing

England

https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

Wales

http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en

Scotland

http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/

Local and regional authorities

England & Wales

https://www.local.gov.uk/our-support/guidance-and-resources/communications-support/digital-councils/social-media/go-further/a-z-councils-online

Scotland

http://www.gov.scot/About/Government/councils

NHS Bodies including Acute Trusts, Ambulance Trusts, Primary Care trusts, Care Trusts, NHS Hospital. Trusts, Strategic Health Authorities, Mental Health Trusts, Special Health Authorities

England

http://www.nhs.uk/servicedirectories/pages/caretrustlisting.aspx

https://www.gov.uk/government/publications/nhs-foundation-trust-directory

http://www.general-practitioners-uk.co.uk/

Wales

http://www.wales.nhs.uk/

http://www.nhsdirect.wales.nhs.uk/localservices/searchlocalservices.aspx?s=GPSurgeries

http://www.wales.nhs.uk/nhswalesaboutus/structure

Scotland

https://www.scot.nhs.uk/organisations/

British Monarchy

http://www.royal.gov.uk

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233340.

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.mytenders.co.uk/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.

(MT Ref:233340)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

six.4.2) Body responsible for mediation procedures

Trident Utilities Ltd

Units 1 & 3 Amy Johnson House, Amy Johnson Way

Blackpool

FY4 2FG

Email

josie.medforth@phplaw.co.uk

Country

United Kingdom

Internet address

https://tridentutilities.co.uk/

six.4.4) Service from which information about the review procedure may be obtained

Trident Utilities Ltd

Units 1 & 3 Amy Johnson House, Amy Johnson Way

Blackpool

FY4 2FG

Email

josie.medforth@phplaw.co.uk

Country

United Kingdom

Internet address

https://tridentutilities.co.uk/