Results of the procurement procedure
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.4)Type of the contracting authorityRegional or local authority
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Power Purchase Agreement for Off-site Renewable Electricity
Reference number: 18/299/FS
II.1.2)Main CPV code09310000 Electricity
II.1.3)Type of contractSupplies
II.1.4)Short description:
The City of London Corporation (‘City Corporation’) has committed to sourcing 100 % renewable electricity, with renewable PPAs being an integral part of its energy procurement and sustainability strategies.The City Corporation is therefore seeking to enter into a long-term offsite Power Purchase Agreement (‘PPA’) with an onshore wind farm or solar PV developer in Great Britain (i.e. excluding Northern Ireland). In the interest of creating ‘additionality’, the City Corporation seeks a ‘new’ project, which is not yet fully constructed but that has already been permitted/consented. The City Corporation would consider an operational project as a bridging option only.
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:
The City of London Corporation (The City) is seeking to enter into an offsite Power Purchase Agreement (PPA)with a renewable energy project owner and operator (The Developer), from which the City purchases all (or an agreed proportion) of the power generated at an agreed fixed price for the duration of the contract, indexed annually to CPI, along with renewable energy benefits.The project should be new i.e. not yet fully constructed and it must be built in Great Britain (i.e. excluding Northern Ireland) and should expect to deliver on average c. 40-60 GWh per annum with P50 outputs near to 50 GWh per annum preferred. This could be from a single generation asset, several assets or a proportion of a larger asset. The developer shall commit to minimum delivery requirements for project availability.The contract structure will be a sleeved (‘physical’) PPA, for the supply of onshore wind power or solar power only, with an existing utility supplier providing the sleeving services (The Sleeving Supplier).
The City will acquire the exclusive right to the power and, at no additional cost, the associated environmental attributes (including Renewable Energy Guarantees of Origin (‘REGOs’)) under the PPA and the Sleeving Supplier will facilitate (or ‘sleeve’) the supply of such power and associated environmental attributes from the renewable energy project to the City pursuant to the terms of the sleeving PPA entered into between the City and the Sleeving Supplier.The term of the PPA will be 15 years from the Commercial Operations Date (COD). The first date on which COD can be reached for the purposes of the PPA is 1.10.2020. By 1.4.2021 the developer must have achieved either COD in respect of the project or be able to offer an alternative bridging solution (i.e. REGO-backed power at the same PPA price from an operational source). The City’s preference is for COD or a bridging solution to be provided as close to 1.10.2020 as possible but this must be provided by 1.4.2021 at the latest.The longstop date for the developer to achieve COD in respect of the project is 1.4.2022, except to the extent that the contractor does not provide a bridging solution from 1.4.2021, in which case the COD Longstop date is 1.4.2021.
II.2.5)Award criteriaQuality criterion - Name: Technical/quality / Weighting: 40
Quality criterion - Name: Commercial/price / Weighting: 60
Price - Weighting: 60
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive dialogue
IV.1.3)Information about a framework agreement or 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.2.1)Previous publication concerning this procedure IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
A contract/lot is awarded: no
V.1)Information on non-awardThe contract/lot is not awarded
Other reasons (discontinuation of procedure)
Section VI: Complementary information
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: High Court of England and Wales
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC1A 2LL
Country: United Kingdom
VI.4.2)Body responsible for mediation proceduresOfficial name: High Court of England and Wales
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC1A 2LL
Country: United Kingdom
VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: Cabinet Office
Postal address: 70 Whitehall
Town: London
Postal code: SW1A 2AS
Country: United Kingdom
VI.5)Date of dispatch of this notice:20/11/2019