Section one: Contracting entity
one.1) Name and addresses
Network Rail Infrastructure Ltd
1 Eversholt Street
London
NW1 2DN
Contact
Joyce Gibson
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