- Scope of the procurement
- Lot 2 – Electricity Flexible Priced Supply Contracts
- Lot 1 – Electricity Fixed Price Supply Contracts
- Lot 3 - Natural Gas Fixed Price Supply Contracts
- Lot 4 - Natural Gas Flexible Priced Supply Contracts
- Lot 5 – Water “Wholesale Plus” Supply Contracts
- Lot 6 – Ancillary Energy Services
Section one: Contracting authority
one.1) Name and addresses
Colchester Institute
Sheepen Road, Colchester
Essex
CO3 3LL
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
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
gemma.williams@tridentutilities.co.uk
Telephone
+44 3456349500
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Tenders or requests to participate must be submitted electronically via
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
Scotland
http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/
Local and regional authorities
England & Wales
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.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
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
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
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
Country
United Kingdom