By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply of Natural Gas and Ancillary Services.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
Telephone: +44 3450103503
E-mail:

Internet address(es):

General address of the contracting authority: http://ccs.cabinetoffice.gov.uk

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Other: Public Procurement
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of Natural Gas and Ancillary Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: United Kingdom. Not available in Northern Ireland.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 2 000 000 000 and 2 500 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Crown Commercial Service as the Contracting Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.
Central Government Customers are currently mandated to use the CCS Gas Framework Agreements.
The total value of purchases for the entire duration of the framework is estimated to be between 2 000 000 000 GBP and 2 500 000 000 GBP. This forecast is based on the following assumptions:
- Gas weighting is split as summer 33 % and winter 67 %. This is based on 2012/13 to 2014/15 volume splits.
- Volume is static to 2013/14,
- All Non-Commodity charges to increase at inflation,
- Gas Cost will increase at 1 % less than inflation 2017-2024,
The above Public Sector Bodies have a need for the Supply of Gas and Ancillary Services. The framework agreement will be for both Daily Metered (DM) and Non-Daily Metered (NDM) supplies.
Provision of Ancillary services in addition to the provision of gas supplies may also be required. This will include but not be limited to;
- Site Works and Installation Services.
- Automatic Meter Reading (AMR) Services.
- Consumption Reduction Services.
These are detailed within the framework agreements and the Invitation to Tender Questionnaire.
Crown Commercial Service will operate a flexible purchasing strategy where the wholesale energy component is predominantly sourced via the traded markets employing both buys and sells on a forward and prompt basis. The gas will be purchased and sold predominantly via the suppliers trading desk and may be purchased for as far forward as 42 months.
It is envisaged that, as currently provided, pricing to the customer will be on the basis of a fixed or variable price. A fixed price will be given when all the purchasing is completed before the delivery period (Locked); or a provisional price will be given followed by a monthly reconciliation, where purchasing continues into the delivery period (Variable).
For clarity, pricing to customers for the supply of gas is currently provided on the basis of flexibly purchased Locked and Variable products. Customers will take delivery of gas on the basis of two annual contract periods commencing either in April or October. The first annual contract period for this framework agreement will be 1.4.2016. It is possible that the requirement will be aggregated to create one annual contract period for all customers commencing in April. This would be notified to the successful provider during the lifetime of the framework.
Customers have the option to select one of the following options:
- 1 year, Locked,
- 1 year, Variable,
- 3 year, Variable.
(All options are available for an April supply start date. October supply start date is only available within the 1 year, Locked option for existing customers. All options are available for NDM meters. DM meters are all included within the Three year Variable option, for the April supply period).
Central Government customers are mandated to use the three year variable option.
Under this Framework there is also the requirement to provide customers with prices for annual supply or on an interim basis to cover contract start dates that do not align with the customers chosen annual contract period. This provision will be required from the beginning of the framework.
The contractual relationship of all parties under the Framework Agreement is governed by three types of agreement:
- Framework Agreement - defines the legal relationship between the Authority and the Supplier
- Model Contract - defines the legal relationship between the Contracting Body and Supplier. The obligations of both parties are defined as required within the Supplier licence obligations.
- Customer Access Agreement - defines the relationship between the Authority and the Contracting Body, and includes the commitment period for the agreement.
II.1.6)Common procurement vocabulary (CPV)

09123000, 09121200, 38550000, 38551000, 45333000, 45333200, 50411200, 71314000, 71314200, 71314300, 76100000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Supply of approximately 16 TWh (556M therms) of natural gas per annum is required to meet current requirements from a portfolio of 839 customers across 28 244 sites with 34 380 meters via an aggregated, flexible, risk managed approach. The requirement is for both daily and non-daily metered supply.
We would expect to see a change in customer numbers/volume/sites/meters throughout the length of the framework agreement, which could either increase or decrease demand, volume and spend. Equally, any energy demand reduction/efficiency initiatives could reduce this figure over the life of the relationship.
The procurement will be split into three Lots;
* Lot 1 for DM supplies and ancillary services;
* Lot 2 for NDM supplies and ancillary services;
* Lot 3 for combined DM and NDM supplies and ancillary services.
The evaluation of tenders for all three lots will determine whether:
(i) a combination of the highest scoring tenders for Lots 1 and 2; (ii) or a Lot 3, tender is the most economically advantageous option. If the combination of the highest scoring tenders for Lots 1 and 2 is the most economically advantageous option then no Framework Agreement will be awarded for Lot 3. If the highest scoring tender for Lot 3 is the most economically advantageous option then no Framework Agreements will be awarded for Lots 1 and 2. Moreover:
* In the event that the Authority receives no compliant bids for Lot 1, and/or no compliant bids for Lot 2, a combination of Lot 1 and Lot 2 is not possible. Therefore only Lot 3 bids will be considered in such circumstances.
* In the event that the Authority receives no compliant Lot 3 bids, then only a combination of Lot 1 and Lot 2 bids would be considered.
* The Authority will abandon the procurement unless it receives:
(i) compliant bids for both Lots 1 and 2; and/or
(ii) a compliant bid for Lot 3
* If the most economically advantageous option is a combination of Lot 1 and Lot 2 and one of the bidders ( for either Lot 1 or Lot 2) declines the offer of award or for any other reason cannot be awarded the contract, then the Authority will move to the next best option (for example the Lot 3 bid, or an alternative combination of Lot 1 and Lot 2). This will mean that the offer which had been made to the remaining bidder will be withdrawn. This is because, in circumstances where the most economically advantageous option is a combination of a Lot 1 and a Lot 2 tender, acceptance of these tenders is mutually dependant. Accordingly should the Authority not be able to award a framework agreement to both of them, the Authority must withdraw its offer from each bidder.
Existing volumes that have been forward purchased will be expected to transfer over to the new framework in stages as supply delivery periods (under the existing arrangement) expire and therefore initial delivery volumes may be significantly lower.
The volume purchased for this period as of July 2014 is 23.7M Therms (0.7TWh). This forward purchased volume for this supply year is expected to have increased by the time the agreement begins, and we will have likely purchased a percentage of April 2017 and April 2018 supply year, although the markets and strategy will determine the extent to which purchasing occurs.
The main portfolio baskets will be required from 1.4.2016; however short-term interim supply contracts for individual sites will be required prior to this first delivery, and from signature of the agreement.
The Potential Provider will be expected to provide full support to the transition of sites on 1.4.2016.
Estimated value excluding VAT:
Range: between 2 000 000 000 and 2 500 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Daily Metered Supplies (DM)
1)Short description
Provision of services, goods and works in addition to the provision of daily metered natural gas supplies may also be required. It is envisaged that this will include, but not be limited to a wide range of flexible gas procurement options which allow for the greatest degree of transparency of pricing; direct access to trading service and access to financial services authority regulated advisors; price to market options; flexible and electronic billing systems, including electronic data interchange or a fully electronic data interchange-compatible alternative; customer meter reading, billing, administration and query management, including full supply point administration - site registrations, objection handling and on going maintenance of customer contracts; bespoke report generation; transparent balancing and settlement charges; AQ/SOQ/EUC review and the accurate application of industry regulated charges; new connections and site works; metering; demand side management and innovations delivering energy savings; automatic meter reading (or other Smart metering solution); carbon reduction commitment advice and guidance and implementation of recommendations in order to reduce carbon output.
2)Common procurement vocabulary (CPV)

09123000, 76100000, 09121200, 45333000, 38551000, 45333200, 71314300, 71314200, 50411200, 71314000, 38550000

3)Quantity or scope
Supply of approximately 1.8TWh (61.8M therms) of Daily Metered natural gas per annum is required to meet current requirements from a portfolio of 32 customers across 36 sites and 45 meters via an aggregated, flexible, risk managed approach.
Growth in customer numbers/volume/sites/meters could cause a rise in demand. Conversely, any energy demand reduction/efficiency initiatives could reduce this figure over the life of the relationship.
The estimated value is between 220 000 000 GBP and 275 000 000 GBP for the entire duration of the framework for this Lot. It is difficult to accurately predict the future value for the duration of the framework agreements due to the volatility of the gas wholesale market. This forecast is based on the assumptions referred to in II.1.5 within this notice.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Non-Daily Metered Supplies
1)Short description
Provision of services, goods and works in addition to the provision of non-daily metered natural gas supplies may also be required. It is envisaged that this will include, but not be limited to a wide range of flexible gas procurement options which allow for the greatest degree of transparency of pricing; direct access to trading service and access to financial services authority regulated advisors; price to market options; flexible and electronic billing systems, including electronic data interchange or a fully electronic data interchange-compatible alternative; customer meter reading, billing, administration and query management, including full supply point administration - site registrations, objection handling and ongoing maintenance of customer contracts; bespoke report generation; transparent balancing and settlement charges; AQ/SOQ/EUC review and the accurate application of industry regulated charges; new connections and site-works; metering; demand side management and innovations delivering energy savings; automatic meter reading (or other Smart metering solution); carbon reduction commitment advice and guidance and implementation of recommendations in order to reduce carbon output.
2)Common procurement vocabulary (CPV)

09123000, 50411200, 38551000, 45333000, 71314000, 45333200, 09121200, 71314200, 38550000, 71314300, 76100000

3)Quantity or scope
Supply of approximately 14.5TWh (494.1M therms) of Non-Daily Metered natural gas per annum is required to meet current requirements from a portfolio of 823 customers across 28 208 sites and 34 335 meters via an aggregated, flexible, risk managed approach.
Growth in customer numbers/volume/sites/meters could cause a rise in demand. Conversely, any energy demand reduction/efficiency initiatives could reduce this figure over the life of the relationship.
The estimated value is between 1 700 000 000 GBP and 2 200 000 000 GBP for the entire duration of the framework for this lot. It is difficult to accurately predict the future value for the duration of the framework agreement due to the volatility of the gas wholesale market. This forecast is based upon the assumptions referred to in II.1.5 in this notice.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: All Supplies (DM & NDM)
1)Short description
Provision of services, goods and works in addition to the provision of daily and non-daily metered natural gas supplies may also be required. It is envisaged that this will include, but not be limited to a wide range of flexible gas procurement options which allow for the greatest degree of transparency of pricing; direct access to trading service and access to financial services authority regulated advisors; price to market options; flexible and electronic billing systems, including electronic data interchange or a fully electronic data interchange-compatible alternative; customer meter reading, billing, administration and query management, including full supply point administration - site registrations, objection handling and on going maintenance of customer contracts; bespoke report generation; transparent balancing and settlement charges; AQ/SOQ/EUC review and the accurate application of industry regulated charges; new connections and site works; metering; demand side management and innovations delivering energy savings; automatic meter reading (or other Smart metering solution); carbon reduction commitment advice and guidance and implementation of recommendations.
2)Common procurement vocabulary (CPV)

09123000, 76100000, 09121200, 45333000, 38551000, 45333200, 71314300, 71314200, 50411200, 71314000, 38550000

3)Quantity or scope
Supply of approximately 16.3TWh (555.9M therms ) of Daily and Non-Daily Metered natural gas per annum is required to meet current requirements from a portfolio of 839 customers across 28 244 sites and 34 380 meters via an aggregated, flexible, risk managed approach.
Growth in customer numbers/volume/sites/meters could cause a rise in demand. Conversely, any energy demand reduction/efficiency initiatives could reduce this figure over the life of the relationship.
The estimated value is between 2 000 000 000 GBP and 2 500 000 000 GBP over the entire duration of the framework for this Lot. It is difficult to accurately predict the future value for the duration of the framework agreement due to the volatility of the gas wholesale market. This forecast is based upon assumptions referred to in II.1.5 within this notice.
Please note that as some customers have meters in both Lot 1 and Lot 2 (DM and NDM meters) the total number of customers in Lot 1 and 2 do not equal the total number of customers in Lot 3.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by Crown Commercial Service if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Participants can refer to Section A within the PQQ document for further financial conditions applicable to this procurement.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Framework Agreement.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Yes.
The Potential Provider must have a Full Gas supply licence and Full Gas shipper licence obtained through the Office of Gas and Electricity Markets (OFGEM) pursuant to the Gas Act 1986 (as amended).
Other conditions are set out within the Pre-qualification Questionnaire (PQQ).
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to a Pre-qualification Questionnaire (‘PQQ’).
This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.

If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at

http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing .

Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.

For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Procurement Service Support Desk email:

Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to a PQQ.

The PQQ can be accessed at https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1

The Contracting Authority may take into account any of the following information:
(a) a copy of the undertakings (and/or guarantor's) audited accounts for the most recent 2 years.
(b) where this is not available, 1 or more of following in respect of the undertaking or guarantor:
i. a statement of your turnover profit and loss account and cash flow for the most recent year of trading;
ii. a statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position; and/or
iii. an alternative means of demonstrating financial status if trading for less than a year.
Minimum level(s) of standards possibly required: Participants can refer to Section A within the PQQ document for further financial conditions applicable to this procurement.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to a PQQ.

The PQQ can be accessed at https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
RM1076
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

of 7.2.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 14.10.2014 - 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.10.2014 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Potential suppliers should note that, in accordance with the UK Government's policies on transparency, Crown Commercial Service intends to publish the Pre-Qualification Questionnaire (PQQ), the Invitation to Tender (ITT) document, and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:

http://ccs.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurement

The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration referenced in Section II.1.4 is for the placing of orders.
The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Crown Commercial Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
A full list of potential customers can be found here:
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:

http://www.ons.gov.uk/ons/rel/na-classification/national-accounts-sector-classification/index.html

Local Authorities

http://openlylocal.com/councils/all

www.ubico.co.uk Agent acting on behalf of Cheltenham Borough Council.

NDPBs

https://www.gov.uk/government/organisations

National Parks Authorities

http://www.nationalparks.gov.uk/

Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools

http://www.education.gov.uk/edubase/home.xhtml

Police Forces in the United Kingdom

http://www.police.uk/?view=force_sites

http://apccs.police.uk/about-the-apcc/

Fire and Rescue Services in the United Kingdom

http://www.fireservice.co.uk/information/ukfrs

http://www.firescotland.gov.uk/your-area.aspx

NHS Bodies England

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx

Hospices in the UK

http://www.helpthehospices.org.uk/about-hospice-care/find-a-hospice/uk-hospice-and-palliative-care-services/

Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom

http://www.charitycommission.gov.uk/find-charities/

http://www.oscr.org.uk/search-charity-register/

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

Scottish Public Bodies
The framework agreement will be available for use by any Scottish Public Sector Body: the Authority; Scottish Non-Departmental Public Bodies; offices in the Scottish Administration which are not ministerial offices; cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998; the Scotland Office; the Scottish Parliamentary Corporate Body; councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint police boards or any successor National Police or Fire Authority; Scottish National Park authorities, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, Northern Lighthouse Board, further or higher education institutions being fundable bodies within the meaning of section 6 of the Further and Higher Education (Scotland) Act 2005 any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.
Scottish Government

http://www.scotland.gov.uk/Home

Scottish Parliament

http://www.scottish.parliament.uk/abouttheparliament/27110.aspx

Scottish Public Services Ombudsman
Scottish Information Commissioner
Commissioner for Children and Young People in Scotland
Scottish Commission for Human Rights
Commission for Ethical Standards in Public Life in Scotland
Standards Commission for Scotland
Scottish Local Authorities

http://www.scotland.gov.uk/About/Government/councils

http://www.scotland-excel.org.uk/home/AboutUs/OurMembers/AssociateMembers.aspx

Scottish Agencies, NDPBs

http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies

Scottish NHS Bodies

http://www.scotland.gov.uk/Topics/Health/NHS-Workforce/NHS-Boards

Scottish Further and Higher Education Bodies

http://www.universities-scotland.ac.uk/index.php?page=members

http://www.sfc.ac.uk/aboutus/council_funded_institutions/WhoWeFundColleges.aspx

Scottish Police

http://www.scotland.police.uk/your-community/

Scottish Housing Associations

http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/

The Scotland Office

http://www.scotlandoffice.gov.uk/scotlandoffice/33.30.html

Registered Social Landlords (Housing Associations) - Scotland

http://www.esystems.scottishhousingregulator.gov.uk/register/reg_pub_dsp.search

Scottish Schools
Primary Schools

http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring;=&authority;=&strTypes;=isprimaryschool&bSubmit;=1&Submit;=Search

Secondary Schools

http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring;=&authority;=&strTypes;=issecondaryschool&bSubmit;=1&Submit;=Search

Special Schools

http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring;=&authority;=&strTypes;=isspecial&bSubmit;=1&Submit;=Search

Scottish Public Bodies
National Records of Scotland
Historic Scotland
Disclosure Scotland
Registers of Scotland
Scottish Qualification Authority
Scottish Courts Service
Scottish Prison Service
Transport Scotland
The Scottish Government Core Directorates
Highlands and Islands Enterprise
Crown Office and Procurator Fiscal Service
Scottish Police Authority
National Museums of Scotland
Scottish Children's Reporter Administration
Scottish Enterprise
Scottish Environment Protection Agency
Scottish Legal Aid Board
Scottish Natural Heritage
Skills Development Scotland
Visit Scotland
Aberdeen City Council
Aberdeenshire Council
Angus Council
Argyll and Bute Council
City of Edinburgh Council
Clackmannanshire Council
Comhairle nan Eilean Siar
Dumfries and Galloway Council
Dundee City Council
East Ayrshire Council
East Dunbartonshire Council
East Lothian Council
East Renfrewshire Council
Falkirk Council
Fife Council
Glasgow City Council
Highland Council
Inverclyde Council
Midlothian Council
Moray Council, The
North Ayrshire Council
North Lanarkshire Council
Orkney Islands Council
Perth and Kinross Council
Renfrewshire Council
Scottish Borders Council
Shetland Islands Council
South Ayrshire Council
South Lanarkshire Council
Stirling Council
West Dunbartonshire Council
West Lothian Council
Central Scotland Fire and Rescue Service
Dumfries and Galloway Fire and Rescue Service
Fife Fire and Rescue Service
Grampian Fire and Rescue Service
Highlands and Islands Fire and Rescue Service
Lothian and Borders Fire and Rescue Service
Strathclyde Fire and Rescue Service
Tayside Fire and Rescue Service
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education for Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles
Scottish Ambulance Service
The Common Services Agency for the Scottish Health Service
The State Hospital for Scotland
Aberdeen College
Adam Smith College
Angus College
Anniesland College
Ayr College
Banff and Buchan College
Barony College
Borders College
Cardonald College
Carnegie College
Central College of Commerce
Clydebank College
Coatbridge College
Cumbernauld College
Dumfries and Galloway College
Dundee College
Edinburghs Telford College
Elmwood College
Forth Valley College
Glasgow College of Nautical Studies
Glasgow Metropolitan College
Inverness College
James Watt College
Jewel and Esk College
John Wheatley College
Kilmarnock College
Langside College
Lews Castle College
Moray College
Motherwell College
Newbattle Abbey College
North Glasgow College
North Highland College
Oatridge College
Orkney College
Perth College
Reid Kerr College
Sabhal Mor Ostaig
Shetland College
South Lanarkshire College
Stevenson College
Stow College
West Lothian College
Edinburgh College of Art
Edinburgh Napier University
Glasgow Caledonian University
Glasgow School of Art
Heriot-Watt University
Queen Margaret University
Robert Gordon University
Royal Scottish Academy of Music and Drama
Scottish Agricultural College
UHI Millennium Institute
University of Aberdeen
University of Abertay Dundee
University of Dundee
University of Edinburgh
University of Glasgow
University of St Andrews
University of Stirling
University of Strathclyde
University of the West of Scotland
Cairngorms National Park Authority
Office of Scottish Charity Regulator
Forestry Commission Scotland
Audit Scotland
Welsh Public Bodies
National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities, and all bodies covered by:

http://www.assemblywales.org/abthome/abt-links.htm http://new.wales.gov.uk/about/civilservice/directorates/?lang=en

NHS Wales

http://www.wales.nhs.uk/ourservices/directory

Housing Associations - Registered Social Landlords Wales
Any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another contracting authority listed above in this section VI.3 of this notice;
(ii) subject to management supervision by another contracting authority listed above in this section VI.3 of this notice; or
(iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another contracting authority listed above in this section VI.3 of this notice;
(iv) an association of or formed by one or more of the Contracting Authorities listed above in this section VI.3 of this notice.
Entities which are not public sector bodies may also use the Framework Agreement if the Authority is satisfied that:
- such entity is calling-off goods and services directly, solely and exclusively in order to satisfy contractual obligations to 1 or more public sector bodies, all of which are entitled to use the Framework Agreement on their own account;
- all goods to be called-off by it are to be used directly, solely and exclusively to provide energy at sites occupied by such public sector bod(y)(ies); and
- it will pass the benefit of the call-off contract to such public sector body(ies) directly, in full and on a purely ‘pass-through’ basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the supply of energy imposed on the relevant public sector bod(y)(ies), who must be able to benefit from the terms of the Framework Agreement in a like manner and to the same extent as if using the Framework Agreement on its/their own account.
From 2.4.2014 the Government is introducing its new Government Security Classifications (GSC) classification scheme to replace the current Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:

https://www.gov.uk/government/publications/government-security-classifications

Please refer to the CCS web site:

http://ccs.cabinetoffice.gov.uk/i-am-supplier/supplier-guidance-supporting-information/complaints-during-procurement-process

for information about how complaints are handled during the procurement process.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please follow the guidance on procedure contained in the previous section.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.9.2014

Other interesting websites