Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Ffôn: +44 3450103503
E-bost: supplier@crowncommercial.gov.uk
NUTS: UK
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.gov.uk/ccs
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae mynediad at y dogfennau caffael yn gyfyngedig. Gellir cael rhagor o wybodaeth yn:
https://crowncommercialservice.bravosolution.co.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://crowncommercialservice.bravosolution.co.uk
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Supply of Energy 2
Cyfeirnod: RM6251
II.1.2) Prif god CPV
71314000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
This framework agreement will act as the vehicle through which central government and wider public sector customers will be supplied gas and electricity. The portfolio varies on an annual basis but our current best estimates are that the framework agreement will supply approximately 25 TWh per year of gas and electricity to approximately 1,150 public sector customers across approximately 86,000 meters.
In supplying gas and electricity the supplier will provide customers with various supply administration services covering invoicing, query resolution and account management, as well as a range of services which will support customers in their net zero ambitions such as access to energy from renewable sources and to Power Purchase Agreements. The supplier will also support the delivery and execution of Crown Commercial Service’s energy trading requirements.
The portfolio will include a range of customers from different sectors, and a range of different metering classes and profiles e.g. half hourly, non-half hourly, unmetered and BMU’s. A detailed list of meters will be published in a Portfolio Summary.
This new framework agreement will replace the existing Supply of Energy framework agreement (RM6011). Baskets of customers meters will transfer to the new framework agreement at different times over a twenty four month period between April 2024 and April 2026. It is CCS intention (although cannot be guaranteed) that each basket will be supplied through this framework agreement for a four year period. CCS will engage with the incoming and outgoing suppliers to coordinate the transfer.
In addition to the transfer of baskets it is possible that a small number of meters might require supply through this new agreement prior to April 2024.
All estimates of values provided within this Contract Notice are best estimates and as such should not be considered as guaranteed.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 51 000 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer pob lot
Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 1
Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:
If a bidder is successful on both Lots we reserve the right to award the bidder to only one Lot
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
RM6251 - Supply of Energy 2 - Electricity Lot
II.2.2) Cod(au) CPV ychwanegol
09000000
09310000
09330000
30237475
31100000
31321000
31500000
31518200
31680000
31681000
31682000
38551000
38552000
38554000
42520000
44111511
44212222
44212226
45232200
45261215
45310000
45315000
45315100
45315300
45317000
45317100
45317200
45317300
48000000
50411300
50532000
50532400
50710000
50711000
51100000
51110000
51112000
51112200
51120000
65300000
65310000
65320000
71314000
71314100
71314200
71314300
71314310
71323100
72300000
72310000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Crown Commercial Service (CCS), as the Contracting Authority, intends to put in place a framework agreement for the supply of approximately 13 TWh of electricity to meet requirements of 990 customers across c.53,000 meters managed via an aggregated, flexible, risk managed approach.
The requirement covers all electricity meters.
Growth in customer numbers could cause a rise in demand. Conversely, any energy demand destruction/ efficiency initiatives could reduce the figure over the life of the relationship.
Existing volumes will be expected to transfer in stages as supply delivery periods (under the existing arrangement) expire and therefore initial delivery volumes may be significantly lower.
Provision of goods, works and services in addition to the provision of electricity and gas supplies may also be required.
It is envisaged that this will include, but not be limited to a wide range of procurement options and which allow for the greatest degree of control and transparency of pricing; direct access to trading service and access to Financial Services Authority regulated advisors; price to market options; flexible and electronic billing systems; sourcing of longer term price mechanisms (potentially acting as Agent); customer administration and query management, including site registrations, objection handling and ongoing maintenance of customer contracts; bespoke report generation; transparent balancing and settlement charges; new connections and site-works; metering; demand side management and innovations delivering energy savings; Automatic Meter Reading; Energy/Carbon reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/technology); Export Agreements and Balancing Services, peer to peer (P2P) energy trading platform.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 70
Price
/ Pwysoliad:
30
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 43 000 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
RM6251 - Supply of Energy 2 - Gas Lot
II.2.2) Cod(au) CPV ychwanegol
09120000
09121200
09133000
38551000
45333000
45333200
50411200
65210000
71314000
II.2.3) Man cyflawni
Cod NUTS:
UK
II.2.4) Disgrifiad o’r caffaeliad
Crown Commercial Service (CCS), as the Contracting Authority, intends to put in place a framework agreement for the supply of approximately 12 TWh of gas to meet requirements of 1005 customers across c.24,000 meters managed via an aggregated, flexible, risk managed approach.
The requirement covers all gas meters.
Growth in customer numbers could cause a rise in demand. Conversely, any energy demand destruction/ efficiency initiatives could reduce the figure over the life of the relationship.
Existing volumes will be expected to transfer in stages as supply delivery periods (under the existing arrangement) expire and therefore initial delivery volumes may be significantly lower.
Provision of goods, works and services in addition to the provision of electricity and gas supplies may also be required.
It is envisaged that this will include, but not be limited to a wide range of procurement options and which allow for the greatest degree of control and transparency of pricing; direct access to trading service and access to Financial Services Authority regulated advisors; price to market options; flexible and electronic billing systems; sourcing of longer term price mechanisms (potentially acting as Agent); customer administration and query management, including site registrations, objection handling and ongoing maintenance of customer contracts; bespoke report generation; transparent balancing and settlement charges; new connections and site-works; metering; demand side management and innovations delivering energy savings; Automatic Meter Reading; Energy/Carbon reduction/management advice and guidance and implementation of recommendations (which may include sourcing of third- party services/technology); Export Agreements and Balancing Services, peer to peer (P2P) energy trading platform.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 70
Price
/ Pwysoliad:
30
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 8 000 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2021/S 000-010190
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
21/10/2022
Amser lleol: 15:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
21/09/2022
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/Start/4b11e0a9-f00e-496f-964b-fb15fc3e37bc
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
Please be aware that the 1% rule will not apply to this procurement.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Ffôn: +44 3450103503
E-bost: supplier@crowncommercial.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
21/09/2022