Construction Contract Leads
North West
Category Services
Type
No. of Lots 1
Status Active
Published 24th Oct 2023
Reference | ocds-h6vhtk-040e7d |
Common Procurement Vocabulary | Gas distribution and related services |
Procurement Method | Open procedure |
Value | £32,000,000 |
North West
Category Services
Type
No. of Lots 1
Status Active
Published 24th Oct 2023
Reference | ocds-h6vhtk-040e7d |
Common Procurement Vocabulary | Gas distribution and related services |
Procurement Method | Open procedure |
Value | £32,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Manchester City Council
Floor 5 (Mount Street Elevation), Town Hall Extension, Albert Square
Manchester
M60 2LA
Contact
Mr Josh Ward
joshua.ward [at] manchester.gov.uk
Telephone
+44 1612345000
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
TC473 - Supply of Gas
Reference number
DN696126
II.1.2) Main CPV code
- 65200000 - Gas distribution and related services
II.1.3) Type of contract
Services
II.1.4) Short description
The purpose of this tender is to appoint multiple suppliers to form a framework supply agreement, initially with MCC. The framework agreement will also be made available on the same basis to other AGMA local authorities and any North West and other Greater Manchester based Public Sector organisations.
Licensed gas suppliers are invited to tender for the supply of gas for Manchester City Council operational building stock, plus associated electricity supplies to all Manchester schools, and to affiliated independent organisations that secure their gas supply requirements through Manchester City Council.
The framework will comprise of c.487 gas supplies with an approximate total load of 120 GWh p.a
II.1.5) Estimated total value
Value excluding VAT: £32,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 09000000 - Petroleum products, fuel, electricity and other sources of energy
- 65000000 - Public utilities
- 65200000 - Gas distribution and related services
II.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
II.2.4) Description of the procurement
Further details are set out in the procurement documents
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Quality criterion - Name: Social Value / Weighting: 20
Quality criterion - Name: Carbon and Environment / Weighting: 10
Price - Weighting: 30
II.2.6) Estimated value
Value excluding VAT: £32,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Initial contract period will be 1 year with a 3 year extension (1+1+1)
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on 24th November 2023 as referred to in IV.2.2.
Section III. Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.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: 6
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The framework will not exceed 4 years.
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
24 November 2023
Local time
11:00am
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
24 November 2023
Local time
11:00am
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk . Once registered, applicants will be emailed a log-in and password which will allow them to gain access to the documentation relating to this opportunity. Applicants will need to electronically submit their completed tender documents, including online questionnaire, via the on-line portal by 11am on 24th November 2023 as referred to in IV.2.2. Any clarification queries must also be submitted via the Chest website by the date referred to in the tender documentation.
The contracts will be for 1 years, expected to commence 12th February 2024 with option to extend for up to an additional 3 years.
The successful supplier will be required to actively participate in the economic and social regeneration of the locality of, and surroundings of, the place of delivery of the contract. Therefore, selection and award criteria, specification requirements and contract performance conditions may relate in particular to social and environmental considerations as relevant to the subject matter of this project.
The Council reserves the right not to award the framework, as a result of this Contract Notice. The Council shall not be liable for any costs or expenses incurred by any organisation in responding to this notice or in tendering for the proposed framework.
All submissions must be in English, with any clarifications or discussions conducted in English. Tenders and supporting documents must be priced in pounds sterling and all payments under the proposed contract will be made in pounds sterling.
Please note that although quantities and descriptions in the framework are those used and required by Manchester City Council this framework is open to and may be used by other Authorities and Manchester Partners - this includes the following Councils - Bolton, Stockport, Tameside, Oldham, Trafford, Rochdale, Bury, Salford, Wigan, Blackburn Darwen BC, Blackpool, Cheshire East, Warrington, Manchester Central Convention Complex, Commission for New Economy, Transport for Greater Manchester (TfGM),Greater Manchester Transport Unit, Greater Manchester Combined Authority and the Integrated Transport Authority, Greater Manchester Police, Greater Manchester Fire Authority, Manchester International Airport, and any other public authority, National Health Service (NHS) organisation or companies / partners owned by or part of any contracting body
VI.4) Procedures for review
VI.4.1) Review body
The High Court (England, Wales and Northern Ireland)
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Council will incorporate a minimum 10 calendar day standstill period at the point information on the award of the framework is communicated to tenderers prior to entering into the framework. If an appeal regarding the award of a framework has not been successfully resolved, the Public Contract Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland)