Contract notice

Information

Published

Date of dispatch of this notice: 17/03/2017

Expire date: 18/04/2017

External Reference: 2017-218223

TED Reference: 2017/S 056-103256

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Genesis Housing Association Limited
IP31241R
Atelier House, 64 Pratt Street, Camden
London
NW1 0DL
UK
Contact person: Paul Orrett
Telephone: +44 03330005000
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=19474&B=OGC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Dynamic Purchasing System for Supplies of Water Gas and Electricity
Reference number:  DPS Water, Gas and Electricity
II.1.2)

Main CPV code

09310000  -  Electricity
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Genesis Housing Ltd (GHA) is establishing a DPS for the use by the G15 group of housing providers and any other UK Contracting Authority, subject to an access agreement between GHA and the Contracting Authority. GHA shall use the DPS to tender for supply contracts for its own sites. There is no guarantee of any contracts being awarded from this DPS. The award criteria for Call-Off invitations to tender shall based on price and quality/methodology. This DPS shall embrace three types of Supplies; water, electricity and gas. Suppliers must be suitably licensed (or have a realistic expectation that they shall be) in order to be admitted to the DPS.
II.1.5)

Estimated total value

Value excluding VAT: 1200000000.00  GBP
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

Category 1 - Non Half Hourly Electricity
Lot No:  1
II.2.2)

Additional CPV code(s)

09121200  -  Mains gas
09123000  -  Natural gas
41110000  -  Drinking water
41120000  -  Non-drinking water
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Category 1: Non Half Hourly Electricity called off via a
Dynamic Purchasing System. DPS to be open for eight
years from 19th April 2017 with the possibility of
extension to ten years.
Potential value of category 1& 2 combined between £3M and 90M per year
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: 720000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
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.2.14)

Additional information

Variants to the ITA will not be accepted but variants to the Call-Off arrangements are subject to the discretion of the Contracting Authority operating the Call-Off.
The estimated value of the DSP over eight years is between £40M and £1,200M. More details can be found in the Invitation to Apply document.
II.2)

Description

II.2.1)

Title

Category 2 - Half Hourly Electricity: Dynamic Purchasing System
Lot No:  2
II.2.2)

Additional CPV code(s)

09121200  -  Mains gas
09123000  -  Natural gas
41110000  -  Drinking water
41120000  -  Non-drinking water
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Category 2: Half Hourly Electricity called off via a
Dynamic Purchasing System. DPS to be open for eight
years from 19th April 2017 with the possibility of
extension to ten years.
Potential value of category 1& 2 combined between £3M and 90M per year
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: 720000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
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.2.14)

Additional information

Variants to the ITA will not be accepted but variants to the Call-Off arrangements are subject to the discretion of the Contracting Authority operating the Call-Off.
The estimated value of the DSP over eight years is between £40M and £1,200M. More details can be found in the Invitation to Apply document.
II.2)

Description

II.2.1)

Title

Category 3 - Natural mains Gas: Dynamic Purchasing System
Lot No:  3
II.2.2)

Additional CPV code(s)

09121200  -  Mains gas
09123000  -  Natural gas
41110000  -  Drinking water
41120000  -  Non-drinking water
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Category 3: Gas called off via a
Dynamic Purchasing System. DPS to be open for eight
years from 19th April 2017 with the possibility of
extension to ten years.
Estimated annual value between £1M and £30M per year.
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: 240000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
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.2.14)

Additional information

Variants to the ITA will not be accepted but variants to the Call-Off arrangements are subject to the discretion of the Contracting Authority operating the Call-Off.
The estimated value of the DSP over eight years is between £40M and £1,200M. More details can be found in the Invitation to Apply document.
II.2)

Description

II.2.1)

Title

Category 4 - Water: Dynamic Purchasing System
Lot No:  4
II.2.2)

Additional CPV code(s)

09121200  -  Mains gas
09123000  -  Natural gas
41110000  -  Drinking water
41120000  -  Non-drinking water
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Category 4: Water called off via a
Dynamic Purchasing System. DPS to be open for eight
years from 19th April 2017 with the possibility of
extension to ten years.
Estimated value is between £1M and £30M per year
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: 240000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 96
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.2.14)

Additional information

Variants to the ITA will not be accepted but variants to the Call-Off arrangements are subject to the discretion of the Contracting Authority operating the Call-Off.
The estimated value of the DSP over eight years is between £40M and £1,200M. More details can be found in the Invitation to Apply document.

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:  Only suppliers who are licenced shall be appointed to the DSP. Suppliers of electricity and/or gas must have a full supply licence obtained through the Office of Gas and Electricity Markets (OFGEM) pursuant to the The Gas Act 1986 (as amended) and The Electricity Act 1989 (as amended). Suppliers of Water must hold water supply and/or sewerage licences (WSSL). Applicants who reasonable expect that they will hold a WSSL licence within two months of their application will be treated as if they had such a licence. However, they shall not be able to bid in any Call-Off unless they have the necessary licence.
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

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
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:  18/04/2017
Local time:  12:00
IV.2.3)

Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 20/04/2017
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 : 96  (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

DPS shall be available for use by the G15 group of Housing Associations and the other Contracting Authorities listed on on the following URLs:
Public Sector Networks: http://www.public-sector.co.uk/
Registered Social Housing Providers: https://www.gov.uk/government/publications/current-registered-providersof- social-housing
NHS Authorities and Trusts: http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.nhs.uk/servicedirectories/pages/caretrustlisting.aspx
Educational organisations: https://www.gov.uk/government/publications/sfa-course-directory
Local Authorities in the United Kingdom: http://local.direct.gov.uk/Data/
UK Schools and Academies: https://www.compare-school-performance.service.gov.uk/
English Higher Education: http://www.hefce.ac.uk/reg/register/search/Home/ByProperty?uni=1
Crown Prosecution Service Local Contact List: http://www.cps.gov.uk/contact/local.html
UK Police Forces: https://www.police.uk/forces/
Government & Devolved Administrations: https://www.gov.uk/government/organisations
General Practitioners: http://www.general-practitioners-uk.co.uk
UK Fire & Rescue Services: http://www.cfoa.org.uk/12072
The total DPS value of 40M - 1,200M GBP is the estimated potential value based on our evaluation of the market. However, the value of participation by the wider public and non-profit making sectors cannot be calculated accurately or guaranteed.
The Purchasing Authority reserves the ability to define the terms and conditions of Call-Off contracts at call for competition tender stage, subject to the terms of this proposed DPS.
Interested applicants should submit a completed SQ and other procurement documents as set out in the ITT which is downloadable from the EU supply portal.
VI.4)

Procedures for review

VI.4.1)

Review body

Cabinet Office
70 Whitehall
London
WC1
UK

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
In accordance with English law and The Public Contracts Regulations 2015.
VI.5)

Date of dispatch of this notice

17/03/2017