Contract notice – utilities
Directive 2014/25/EU
Section I: Contracting entity
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Airport-related activities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Electricity Supply & Services.
Reference number: MAG1739
II.1.2)Main CPV code
09310000
II.1.3)Type of contract
Supplies
II.1.4)Short description:
Supply of electricity and associated services, through a flexible supply agreement.
II.1.5)Estimated total value
Value excluding VAT: 183 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
31682000
71314000
71314200
71314300
II.2.3)Place of performance
NUTS code: UKD3
Main site or place of performance:
Manchester Airport
Stansted Airport
East Midlands Airport
Bournemouth Airport.
II.2.4)Description of the procurement:
Supply of Manchester Airport Group (MAG) electricity requirements, approximately 222 000 MWh per annum (2017 base). Demand is expected to rise by approximately 40 — 50 % over the maximum term of the agreement, due to the anticipated infrastructure developments of MAG Airports. Supply mainly to half hourly (HH) and some small non-half hourly (NHH) supply points. MAG policy is to purchase supply of 100 % certified renewable electricity.
The following services will be required to support electricity supply:
— Account management services
— On-line customer portal
— Process for addition and removal of supply points
— Reporting Schedule
— Budgeting and forecasting process
— Billing & Invoicing
— Performance management and Service Level Agreements (SLA's).
— Trading and flexible supply agreement
— Contract mobilisation
— Additional services, e.g. energy efficiency advice.
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: 183 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Maximum number of candidates to be invited to the ITN after completion of the PQQ.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
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
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.1.4)Objective rules and criteria for participation
List and brief description of rules and criteria:
These are listed in the PQQ documentation.
III.1.5)Information about reserved contracts
III.1.6)Deposits and guarantees required:
III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/08/2017
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 01/09/2017
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
Tender must be valid until: 31/12/2017
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Senior Commercial Solicitor
Olympic House, Manchester Airport
Manchester
M90 1QX
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
09/08/2017