Construction Contract Leads
North West
Category Services
Type
No. of Lots 2
Status Active
Published 9th Nov 2023
Reference | ocds-h6vhtk-0405ed |
Common Procurement Vocabulary | Public utilities |
Procurement Method | Open procedure |
Value | - |
North West
Category Services
Type
No. of Lots 2
Status Active
Published 9th Nov 2023
Reference | ocds-h6vhtk-0405ed |
Common Procurement Vocabulary | Public utilities |
Procurement Method | Open procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
NHS Property Services Limited
Regent House, Heaton Lane
Stockport
SK4 1BS
Contact
Dimitar Kafadarov
dimitar.kafadarov [at] property.nhs.uk
Country
United Kingdom
NUTS code
UKD35 - Greater Manchester South East
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
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of a Third-Party Intermediary (TPI) to procure an electricity and gas supplier and additional services
II.1.2) Main CPV code
- 65000000 - Public utilities
II.1.3) Type of contract
Services
II.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
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Lot A - Core Services
Lot No
1
II.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
II.2.3) Place of performance
NUTS codes
- UKD35 - Greater Manchester South East
II.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
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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.
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) Description
II.2.1) Title
Lot B - Additional Services
Lot No
2
II.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
II.2.3) Place of performance
NUTS codes
- UKD35 - Greater Manchester South East
II.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)
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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.
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
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
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-028572
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
24 November 2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 24 January 2024
IV.2.7) Conditions for opening of tenders
Date
9 November 2023
Local time
2:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
VI.4) Procedures for review
VI.4.1) Review body
Cabinet Office
70 Whitehall
London
SW1A 2AS
Country
United Kingdom