Construction Contract Leads
United Kingdom
Category Services
Type
No. of Lots 2
Status Active
Published 27th Jan 2025
Reference | ocds-h6vhtk-04d67f |
Common Procurement Vocabulary | Energy and related services |
Procurement Method | Open procedure |
Value | £2,000,000 |
United Kingdom
Category Services
Type
No. of Lots 2
Status Active
Published 27th Jan 2025
Reference | ocds-h6vhtk-04d67f |
Common Procurement Vocabulary | Energy and related services |
Procurement Method | Open procedure |
Value | £2,000,000 |
Section I: Contracting authority
I.1) Name and addresses
The Circle Trust
The Oval Offices C/O St Crispin's School, London Road,
Wokingham
RG40 1SS
Contact
Becky Maipambe
becky.maipambe [at] gingerenergy.co.uk
Telephone
+44 7494251795
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
11031096
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA35009
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
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Circle Trust - Gas & Power Fixed Supply Contracts
II.1.2) Main CPV code
- 71314000 - Energy and related services
II.1.3) Type of contract
Services
II.1.4) Short description
The Circle Trust (CT) are seeking tenders for the supply of Non Half Hourly electricity (NHH), Half Hourly electricity (HH) and Natural Gas supplies commencing April 2025.
A fixed price contract to run for up to 4 years.
II.1.5) Estimated total value
Value excluding VAT: £2,000,000
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
NHH & HH Electricity
Lot No
2
II.2.2) Additional CPV code(s)
- 09310000 - Electricity
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Currently South of England but may cover full UK
II.2.4) Description of the procurement
Provision of fixed electricity contract as per the ITT.
Start date is April 2025 with potential for site additions.
Maximum period of 4 years.
II.2.5) Award criteria
Quality criterion - Name: Product & Operational Processes / Weighting: 30
Quality criterion - Name: Service & Operation / Weighting: 30
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Maximum extension to 31/03/2029
II.2.10) Information about variants
Variants will be accepted: Yes
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
Additional information can be found in the ITT and supporting documents
II.2) Description
II.2.1) Title
Natural Gas
Lot No
1
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
Currently South of England but may cover all of UK
II.2.4) Description of the procurement
Provision of fixed price natural gas contract as per the ITT.
Start date is April 2025 with potential for site additions.
Maximum period of 4 years.
II.2.5) Award criteria
Quality criterion - Name: Service & Operation / Weighting: 30
Quality criterion - Name: Product & Operational / Weighting: 30
Price - Weighting: 40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2028
This contract is subject to renewal
Yes
Description of renewals
Maximum extension to 31/03/2029
II.2.10) Information about variants
Variants will be accepted: Yes
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
Additional information can be found in ITT and supporting documents
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
All parties wishing to tender must be OFGEM registered and hold GB supply licence
Selection criteria as stated in the procurement documents
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
All parties wishing to tender must be OFGEM registered and hold GB supply licence
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.2.2) Time limit for receipt of tenders or requests to participate
Date
26 February 2025
Local time
4:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.7) Conditions for opening of tenders
Date
27 February 2025
Local time
2:00pm
Place
Ginger Energy Limited, The Cloisters, George Road, Birmingham, B15 1NP
Information about authorised persons and opening procedure
To be opened by Becky Maipambe (Client Services Manager- Ginger Energy) & Chris Felgate (Director - Ginger Energy). To be opened from online portal in isolation to ensure data security. The financial elements will be randomly allocated to either of the aforementioned parties for scoring in isolation to ensure that no undue treatment is allocated to any tender.
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: October 2029
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3) Additional information
Additional information can be found in the ITT and supporting documentation.
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=233645.
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:233645)
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