Supplies - 100521-2020

28/02/2020    S42

United Kingdom-Caernarfon: Petroleum products, fuel, electricity and other sources of energy

2020/S 042-100521

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Gwynedd Council
National registration number: Public Sector
Postal address: Shirehall Street
Town: Caernarfon
NUTS code: UKL12 Gwynedd
Postal code: LL55 1SH
Country: United Kingdom
Contact person: Alex Moore
E-mail: alex.moore@beondgroup.com
Telephone: +44 2086347514
Internet address(es):
Main address: http://www.beondgroup.com
Address of the buyer profile: https://www.gwynedd.llyw.cymru/en/
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: https://www.mytenders.co.uk/
Additional information can be obtained from another address:
Official name: Beond Group
National registration number: 03875773
Postal address: Building 11, Chiswick Business Park, 566 Chiswick High Road
Town: London
NUTS code: UKL12 Gwynedd
Postal code: W4 5YS
Country: United Kingdom
Contact person: Alex Moore
E-mail: alex.moore@beondgroup.com
Telephone: +44 2086347514
Internet address(es):
Main address: https://beondgroup.com/
Address of the buyer profile: https://www.gwynedd.llyw.cymru/en/
Tenders or requests to participate must be submitted electronically via: https://www.mytenders.co.uk/
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:

Gwynedd Council — Energy Procurement Services DPS

Reference number: GWYNEDD_DPS_2020-30
II.1.2)Main CPV code
09000000 Petroleum products, fuel, electricity and other sources of energy
II.1.3)Type of contract
Supplies
II.1.4)Short description:

This request to participate has been issued to establish an energy procurement services dynamic purchasing system (DPS). The contracting authority for this tender is Gwynedd Council. The tender process and resulting DPS agreement including all contracts issued as part of further competitions under the DPS are managed by Beond Group. The DPS is available for use by all contracting authorities within England, Scotland, Wales and Northern Ireland as defined by Regulation 2 of the Public Contracts Regulations 2015 No 102, including, but not limited to the contracting authorities contained in the supporting information document titled Appendix 1 – List of Defined Groups of Contracting Authorities.

II.1.5)Estimated total value
Value excluding VAT: 500 000 000.00 GBP
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
09310000 Electricity
09121200 Mains gas
09123000 Natural gas
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

The DPS is available for use by all contracting authorities within ENGLAND, SCOTLAND, WALES and NORTHERN IRELAND.

II.2.4)Description of the procurement:

This request to participate has been issued to establish an energy procurement services dynamic purchasing system (DPS). The lead contracting authority for this tender is Gwynedd Council. The tender process and resulting DPS agreement including all contracts issued as part of further competitions under the DPS are managed by Beond Group. The DPS is available for use by all contracting authorities within England, Scotland, Wales and Northern Ireland as defined by Regulation 2 of the Public Contracts Regulations 2015 No 102, including, but not limited to the contracting authorities contained in the supporting tender document titled Appendix 1 – List of Defined Groups of Contracting Authorities. The primary objective is to establish a DPS agreement to provide energy contracts using fixed price and flexible procurement solutions. The DPS is divided into categories. Suppliers can apply for as many categories as they wish. A brief description of each of the available work streams is provided below:

Fixed price offering — a fixed price, for a fixed duration at time of supply contracting

— fixed price offering, electricity,

— fixed price offering, gas.

Flexible offering – single client solution, to enable risk-managed procurement via the wholesale market

— flexible offering, strategic risk managed electricity,

— flexible offering, strategic risk managed gas.

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: 500 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 20
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

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:

List and brief description of conditions:

Any supplier may be disqualified who has been convicted of:

(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);

(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);

(c) the common law offence of bribery;

(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f) or section 113 of the Representation of the People Act 1983(g);

(e) where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):

(i) the common law offence of cheating the revenue;

(ii) the common law offence of conspiracy to defraud;

(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);

(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), Article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);

(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);

(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);

(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);

(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or

(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006 or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act.

(f) any offence listed:

(i) in section 41 of the Counter Terrorism Act 2008(a); or

(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection.

(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);

(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);

(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or93C of the Criminal Justice Act 1988(d) or Article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);

(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);

(k) an offence under section 59A of the Sexual Offences Act 2003(g);

(l) an offence under section 71 of the Coroners and Justice Act 2009(h);

(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or

(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:

(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or

(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.

In order to qualify as an approved supplier on the DPS you must demonstrate that you are fully Ofgem licensed to supply electricity and/or gas throughout Great Britain.

Energy brokers/consultants white-labelling or introducing a licenced supplier’s offer will not qualify and will be excluded from the process.

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
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
IV.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

Subsequent mini-competition eAuctions will be run on Beond Group's online reverse auction platform.

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 27/03/2020
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 31/03/2020
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: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

The DPS is available for use by all contracting authorities within England, Scotland, Wales and Northern Ireland as defined by Regulation 2 of the Public Contracts Regulations 2015 #102, including, but not limited to the contracting authorities contained in the supporting information document titled Appendix 1 – List of Defined Groups of Contracting Authorities. The energy procurement services DPS agreement is to be for 10 years in duration from commencement date. The anticipated DPS commencement date is April 2020.

Note: to register your interest in this notice and obtain any additional information please visit the myTenders website at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=219100

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:219100)

VI.4)Procedures for review
VI.4.1)Review body
Official name: Public Procurement Review Service
Postal address: Cabinet Office
Town: London
Country: United Kingdom
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Telephone: +44 3450103503
Internet address: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5)Date of dispatch of this notice:
25/02/2020