This notice aims at reducing time limits for receipt of tenders
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
www.capitalesourcing.comAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
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
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 sign a long-term offsite Power Purchase Agreement (“PPA”) with a 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 constructed but that has already been permitted/consented. The City Corporation would consider an operational project as a bridging option only.
II.1.5)Estimated total valueValue excluding VAT: 36 000 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UKI
II.2.4)Description of the procurement:
The City Corporation intends to sign a long-term offsite Power Purchase Agreement (“PPA”) with a wind farm or solar PV developer in Great Britain (i.e. excluding Northern Ireland).
A sleeved (“physical”) PPA structure is sought, with the City’s existing utility supplier providing the sleeving services. The project(s) should be new i.e. not yet constructed, but should already be permitted/consented. An operational project would be considered but as a bridging option only.
The City Corporation ideally seeks a PPA of around 10 to 15 years generation from a c.50-60 GWh/yr project, or portfolio of projects, with anticipated commercial operations by the end of Q4 2021.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 36 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 180
II.2.10)Information about variants
II.2.11)Information about options
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
II.3)Estimated date of publication of contract notice:17/04/2019
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 registersList and brief description of conditions:
As stated in the ITT documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
As stated in the ITT documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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.2.5)Scheduled date for start of award procedures:
Section VI: Complementary information
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
It is intended that the exact scope of the project be refined according to the results of a soft market testing exercise, which interested parties are encouraged to participate in.
The soft market testing exercise can be found by registering at www.capitalesourcing.com
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.4.3)Review procedure
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:18/02/2019