Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 4
Status Active
Published 15th Jan 2024
Reference | ocds-h6vhtk-042d2f |
Common Procurement Vocabulary | Energy and related services |
Procurement Method | Open procedure |
Value | £80,000,000 |
United Kingdom
Category Services
Type
No. of Lots 4
Status Active
Published 15th Jan 2024
Reference | ocds-h6vhtk-042d2f |
Common Procurement Vocabulary | Energy and related services |
Procurement Method | Open procedure |
Value | £80,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Origin Housing Ltd
St Richards House, 110 Eversholt St
London
NW11BS
Contact
Katherine Moore
Katherine.Moore [at] costadvice.co.uk
Telephone
+44 1246252794
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
https://www.originhousing.org.uk/
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42861
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Origin Housing Ltd Electricity, Gas & Water Procurement Framework
II.1.2) Main CPV code
- 71314000 - Energy and related services
II.1.3) Type of contract
Services
II.1.4) Short description
This Invitation to Tender (ITT) is issued to those who have expressed intention to tender (“the Tenderers”) to Origin Housing Ltd to enter into a framework agreement (the Agreement) under which Public Sector organisation or bodies governed by public law (‘Other Bodies’) intends to invite offers through further competition for supply of electricity, gas and/or water.
II.1.5) Estimated total value
Value excluding VAT: £80,000,000
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
Supply of Half-Hourly (HH) metered electricity.
Lot No
1
II.2.2) Additional CPV code(s)
- 31682000 - Electricity supplies
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
II.2.4) Description of the procurement
Refer to Invitation to Tender Procurement Documents
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Supply of non Half-Hourly (NHH) metered electricity.
Lot No
2
II.2.2) Additional CPV code(s)
- 31682000 - Electricity supplies
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
II.2.4) Description of the procurement
Refer to Invitation to Tender Procurement Documents
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
Supply of Natural Gas
Lot No
3
II.2.2) Additional CPV code(s)
- 09123000 - Natural gas
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
II.2.4) Description of the procurement
Refer to Invitation to Tender Documents
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
48
This contract is subject to renewal
No
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
Water and wastewater (‘Water’)
Lot No
4
II.2.2) Additional CPV code(s)
- 65100000 - Water distribution and related services
- 38421100 - Water meters
- 41000000 - Collected and purified water
- 41100000 - Natural water
- 41110000 - Drinking water
- 41120000 - Non-drinking water
- 65110000 - Water distribution
- 65111000 - Drinking-water distribution
- 65130000 - Operation of water supplies
- 71800000 - Consulting services for water-supply and waste consultancy
- 90480000 - Sewerage management services
- 44161200 - Water mains
- 44161400 - Underwater pipeline
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UK
II.2.4) Description of the procurement
Refer to Invitation to Tender Procurement Documents
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £20,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
According to the Lot(s) tendered, respondents will be licensed by OFGEM to supply electricity and/or natural gas and/or OFWAT in relation to Water/Waste Water.
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
According to the Lot(s) tendered, respondents will be licensed by OFGEM to supply electricity and/or natural gas and/or OFWAT in relation to Water/Waste Water.
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: 30
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
14 February 2024
Local time
4:00pm
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
Duration in months: 60 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
14 February 2024
Local time
4:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.3) Additional information
Other Bodies shall be those organisations defined as Contracting Authorities or bodies governed by public law in the Regulations and may include (but not be limited to) Academies, Housing Associations and other contracting authorities as defined in the Regulations. Details of the anticipated potential organisations are identified below:
Schools, Academies and Multi-Academy Trusts https://get-information-schools.service.gov.uk/?_ga=2.125386122.1659406650.1702306844-730500501.1671715213
Suppliers of Social Housing https://www.gov.uk/government/publications/current-registered-suppliers-of-social-housing
NHS Trusts https://www.england.nhs.uk/publication/nhs-supplier-directory/
Other Will also be open for use by all other public sector contracting authorities (and any future successors to these organisations), as defined in the link, but not limited to
https://www.costadvice.co.uk/originframework
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=231107.
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:231107)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview [at] cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures
A standstill period will be incorporated at the time information on the award of the Framework Agreement is communicated to tenderers. That notification which will be for a minimum of 10 days, provides time for unsuccessful tenderers to challenge the award decision before the Framework Agreement goes live.