Tender

Corporate Power Purchase Agreement (CPPA)

  • Manchester Metropolitan University

F02: Contract notice

Notice identifier: 2021/S 000-008789

Procurement identifier (OCID): ocds-h6vhtk-02a9c6

Published 23 April 2021, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

Manchester Metropolitan University

All Saints Building, Oxford Road

Manchester

M15 6BH

Contact

Procurement

Email

procurement@mmu.ac.uk

Country

United Kingdom

NUTS code

UKD33 - Manchester

Internet address(es)

Main address

https://www.mmu.ac.uk/

Buyer's address

https://in-tendhost.co.uk/mmu/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/mmu/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/mmu/aspx/Home

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Corporate Power Purchase Agreement (CPPA)

Reference number

MMU944

two.1.2) Main CPV code

  • 09310000 - Electricity

two.1.3) Type of contract

Supplies

two.1.4) Short description

Corporate Power Purchase Agreement (CPPA) for the supply of electricity generated off-site using renewable or zero carbon technology .

two.1.5) Estimated total value

Value excluding VAT: £19,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09310000 - Electricity
  • 09330000 - Solar energy
  • 31121300 - Wind-energy generators
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 31121340 - Wind farm
  • 09332000 - Solar installation

two.2.3) Place of performance

NUTS codes
  • UKD33 - Manchester
Main site or place of performance

Manchester Metropolitan University

two.2.4) Description of the procurement

Manchester Metropolitan University is one of the largest campus-based Higher Education providers in the UK, with over 30,000 students and is consistently ranked as one of the greenest universities in the UK by the People and Planet University League Table. The University’s ambition is to not only be one of the greenest university’s in the UK, but a global leader in sustainability. The University has achieved a significant reduction in direct carbon emissions over the past 15 years, with a 61% reduction since 2005 and have already exceeded the 2020 target of 50%. In 2019, Manchester City Council declared a climate emergency. This declaration recognised the need for the city to do more to reduce carbon emissions and the negative impacts of climate change. The declaration demonstrates the City's commitment to take leadership in the global response to climate change and to lead by example. As such, the city has set a target for Manchester to be a zero carbon city by 2038; this is 12 years earlier than the national target of 2050.Manchester Metropolitan University has committed to align with the City's target and aims to be a zero carbon University by 2038. The University has recently developed a Carbon Management Plan (CMP) to provide a pathway to meet this ambitious target. To support the CMP, the University are now seeking to enter into a Corporate Power Purchase Agreement (CPPA) for the supply of electricity generated using renewable or zero carbon technology (typically Wind or Solar), from which the University will acquire the exclusive right to the power and the associated environmental attributes and benefits. The aim of this CPPA is for the University to be supplied with net zero carbon electricity by using renewable power, supported by Renewable Energy Guarantees of Origin (‘REGOs’), the renewable electricity generation should be newly constructed as a result of the CPPA to ensure the project creates 'additionality' and results in a verifiable emissions reduction. The renewable generation project must be located in Great Britain (i.e. excluding Northern Ireland) and should be expected to deliver approximately 25gWh of power each year over a proposed 15 year term. It is the responsibility of the Supplier to ensure that demand is met, including balancing additional power during periods of low generation etc.Scheduled supply start date: 01/04/2024.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Cost criterion - Name: Commercial / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £19,000,000

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: 5

Objective criteria for choosing the limited number of candidates:

Shortlisting follows evaluation and ranking of the candidates SQ submission.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Candidates shortlisted to the ITN stage will be required to submit a 15 year priced solution for tender evaluation but may submit an additional 'optimum term' proposal of between 10 and 14 years which may be explored further as part of the negotiation stage pf the process.

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the specification and Heads of Terms documents provided.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

Date

24 May 2021

Local time

12:00pm

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

4 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: 6 (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 High Court of England and Wales, Technology and Construction Court

7 Rolls Buildings, Fetter Lane

London

EC4 1NL

Country

United Kingdom