Opportunity

HS1 Electricity Supply Contract (ESC)

  • HS1 Ltd

F04: Periodic indicative notice – utilities (call for competition)

Notice reference: 2022/S 000-017559

Published 27 June 2022, 5:41pm



Section one: Contracting entity

one.1) Name and addresses

HS1 Ltd

5th floor, Kings Place, 90 York Way

London

N1 9AG

Contact

Procurement Two

Email

procurement@highspeed1.co.uk

Telephone

+44 2070142700

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

03539665

Internet address(es)

Main address

http://www.highspeed1.co.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/73582

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=49762&B=HIGHSPEED1

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=49762&B=HIGHSPEED1

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

one.6) Main activity

Other activity

Rail Infrastructure


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

HS1 Electricity Supply Contract (ESC)

Reference number

HS1-ENG-2022-26

two.1.2) Main CPV code

  • 09310000 - Electricity

two.1.3) Type of contract

Supplies

two.1.4) Short description

HS1 is seeking to procure its next generation Electricity Supply Contract (ESC) which will have a duration of 5+ years. The new contract will have a lead in period from April 2023 to allow for forward planning and purchasing and will become live for Supply from 01 April 2024.

The requirement of the ESC is to allow for forward purchase and Supply of:

Traction

• HH Traction (4 directly connected supply points);

Non-Traction (62 MPANS)

• HH Non-Traction: (39 MPANS);

• Non HH Non-Traction (23 MPANS).

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31682000 - Electricity supplies
  • 09310000 - Electricity

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The requirement of the ESC is to allow for forward purchase and Supply of:

Traction

• HH Traction (4 directly connected supply points);

Non-Traction (62 MPANS)

• HH Non-Traction: (39 MPANS);

• Non HH Non-Traction (23 MPANS).

Full site list available on request.

Total volume is currently estimated at c. 220GWh reducing to c.170GWh (post consumption efficiency delivery ref target is to reduce total consumption by 30% by 2030) See Figure 2.

HS1 traditionally consumes around 240GWh of electricity per annum. Approximately 79% of consumption is through three traction sites which have their own grid supply points. The remaining 21% of consumption is split between the stations, depots and ancillary sites such as switch rooms and signal boxes. The load is reasonably flat throughout all seasons and weighted 87:13 on a day/night basis. Most sites have existing unallocated Available Supply Capacity (ASC) and the business has a close relationship with the incumbent DNO (UKPN).

two.2.6) Estimated value

Value excluding VAT: £45,000,000

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

List and brief description of conditions

Selection criteria as stated in the Procurement documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the Procurement documents.

Minimum level(s) of standards possibly required

Selection criteria as stated in the Procurement documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the Procurement documents.

Minimum level(s) of standards possibly required

Selection criteria as stated in the Procurement documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for the receipt of applications for an invitation to tender or to negotiate

Date

1 September 2022

Local time

12:00pm

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

English

four.2.5) Scheduled date for start of award procedures

28 October 2022


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

HS1 Ltd

Fifth Floor, Kings Place, 90 York Way,

London

N1 9AG

Email

procurement@highspeed1.co.uk

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

HS1 Legal Team

90 York Way

London

N1 9AG

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

HS1 Procurement Team

90 York Way

London

N1 9AG

Country

United Kingdom