Tender

project_25787 - Decarbonisation Programme - project_25787 - Decarbonisation Programme - Project CoPPA

  • Network Rail Infrastructure Ltd

F05: Contract notice – utilities

Notice identifier: 2021/S 000-005468

Procurement identifier (OCID): ocds-h6vhtk-029ccd

Published 17 March 2021, 10:56pm



Section one: Contracting entity

one.1) Name and addresses

Network Rail Infrastructure Ltd

1 Eversholt Street

London

NW1 2DN

Contact

Joyce Gibson

Email

Joyce.Gibson@networkrail.co.uk

Telephone

+44 1908781000

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://networkrail.bravosolution.co.uk/web/login.html

Buyer's address

https://networkrail.bravosolution.co.uk/web/login.html

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://networkrail.bravosolution.co.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://networkrail.bravosolution.co.uk/web/login.html

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

project_25787 - Decarbonisation Programme - project_25787 - Decarbonisation Programme - Project CoPPA

two.1.2) Main CPV code

  • 09300000 - Electricity, heating, solar and nuclear energy

two.1.3) Type of contract

Supplies

two.1.4) Short description

Network Rail (NR) operates, maintains and develops Britain's rail tracks, signaling, bridges, tunnels, level crossings and many key stations. As a result, NR is one of the largest purchasers

of electricity in the United Kingdom (UK) with a total consumption of c.4.5TWh per annum

(traction 4.1 TWh and non-traction 0.45TWh). Her Majesty's Government has made legal commitments to reduce greenhouse gas emissions to net zero by 2050. Network Rail as a

government owned enterprise is committed to support the achievement of this objective. NR aims to decarbonise

its non-traction electricity consumption by directly purchasing renewable energy from specific renewable energy (wind and/or solar) projects thus supporting the

development of additional renewable energy generation in Great Britain. NR is seeking to secure a corporate Power Purchase Agreement with a renewable energy generator for 45GWh–90GWh

per annum for non-traction consumption. Total contract value is circa £40m-£80m over 15 years.

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09300000 - Electricity, heating, solar and nuclear energy

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Network Rail intends to transform its non-traction electricity (i.e. managed stations, depots and offices - Project CoPPA) consumption, to 100% renewable energy whilst supporting the

development of additional renewable energy generation in Great Britain. Network Rail intends to:

(a) Procure a corporate PPA with a renewable energy (wind and/or solar) generator to deliver 45GWh - 90GWh of power.

(b) Ensure that the renewable energy corporate PPA satisfies the "Additionality" criteria as set out by the Department for Environment, Food & Rural Affairs. Therefore, the project(s) must be prior to renewable generation construction and NR's offtake will need to substantively contribute to the project(s) securing final investment decision and/or financial close.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £80,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

180

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 10

Objective criteria for choosing the limited number of candidates:

Tenderers should note that this is a mandatory field so an estimated number has been included here based on initial market analysis. All candidates meeting the minimum standards, including Professional & Technical Ability and Financial Standing, will be invited to tender as outlined in the procurement documents.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Additional CPV codes are:- 09330000-1, 09331000-8, 09331200-0, 09332000-5, 09340000-4, 45251000-1, 45251100-2, 31121300-3, 31121310-6, 31121320-9,09340000-4, 45251000-1, 45251100-2, 31121300-3, 31121310-6, 31121320-9, 31121330-2 , 31121340-5, 45251160-0.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Whilst participating tenderers are not required to be members of any specific professional bodies, tenderers will be required to demonstrate required experience and technical ability as outlined in the procurement documents and throughout the tender process.

Prospective tenderers should review the tender documents including the scope of services to ensure that they are fully capable of meeting all the requirements prior to completing and submitting any tender.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2020/S 227-560770

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 May 2021

Local time

11:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 June 2021

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 120 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The Royal Court of Justice

Strand, Holborn

London

WC2A 2LL

Country

United Kingdom