Hysbysiad contract - cyfleustodau
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
London Underground Limited
5 ENDEAVOUR SQUARE
LONDON
E20 1JN
UK
Person cyswllt: Jasmine Moss
Ffôn: +44 7514492010
E-bost: JasmineMoss@tfl.gov.uk
NUTS: UKI
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://tfl.gov.uk/
Cyfeiriad proffil y prynwr: https://service.ariba.com/Supplier.aw
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://service.ariba.com/Supplier.aw
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://service.ariba.com/Supplier.aw
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.6) Prif weithgaredd
Gwasanaethau rheilffyrdd trefol, tramffyrdd, trolibysiau neu fysiau
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
TfL Solar Private Wire Delivery Partner
II.1.2) Prif god CPV
09330000
II.1.3) Y math o gontract
Cyflenwadau
II.1.4) Disgrifiad byr
This procurement is being undertaken by Transport for London (TfL) on behalf of London Underground Limited (LUL).
The primary objective of TfL's Solar Private Wire project is to enable TfL to directly receive zero-carbon electricity from decentralised sources, reducing the carbon emissions associated with its operations. The project is primarily focused on private wire connections to new-build solar photovoltaic generation.
The contracting authority (LUL) is seeking to appoint an economic operator (a 'Delivery Partner') with whom it can work collaboratively in order to deliver solar private wire projects within reasonable proximity to the London Underground network. Opportunities may also extend to connections into the broader TfL estate.
The arrangement will take the form of a single supplier framework agreement, allowing for individual projects to be subsequently 'called-off' (i.e. negotiated and contracted for via a private/direct wire Power Purchase Agreement (PPA)).
The framework agreement will be for a duration of four (4) years, with an option to extend for up to a further four (4) years; the option to execute any extension, and the increments by which this is exercised, will be at LUL's sole discretion.
The contracting authority (and the party to the framework agreement) will be LUL. In addition to LUL, other members of the TfL Group may call-off from the framework agreement. In this case the relevant TfL entity will be the contracting entity who will be party to the PPA.
Where LUL is mentioned in this contract notice, it may also incorporate other members of the TfL Group in its meaning.
The number of PPAs that may be entered into is not fixed or limited and the anticipated length of any PPA under the framework is approximately 25 years (subject to the specific nature of site).
The activities that LUL envisages the Delivery Partner will undertake include (but are not limited to):
(a) preparing, developing and submitting a strategy that outlines potential sites upon which solar farms may be developed (including the identification of suitable sites corresponding to the land classification (i.e. greenfield, brownfield etc.)) and developing project proposals from sites identified;
(b) obtaining all relevant approvals, consents and permissions from the relevant authorities and third parties (as applicable) in relation to any site that is to be taken forward as a solar farm; and
(c) provided that certain contractual requirements are met, undertaking necessary activities in order to design, construct, operate and maintain the solar farm and related connection assets.
Additional associated services that LUL may request from the Delivery Partner include (but are not limited to):
(a) battery storage opportunities related to the installed solar arrays; and
(b) services and products related to the optimisation of generation and efficiency of the installed solar arrays.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 175 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
09000000
31712347
45111200
45111250
45112340
45251100
45261215
45262640
45311000
45317300
65300000
65400000
65500000
71313440
90711000
II.2.3) Man cyflawni
Cod NUTS:
UKI
UKJ
II.2.4) Disgrifiad o’r caffaeliad
This is a Call for Competition under the Utilities Contracts Regulations (2016) inviting candidates to participate in this competition process.
The high-level objectives for the Private Wire project are:
• To directly connect new-build renewable solar PV generation to LU's power network (and/or other parts of the TfL estate in due course); to be financed, designed, delivered, and operated by the successful bidder;
• To reduce TfL's operational carbon emissions, taking into account the whole life carbon emissions of the solar farm;
• To minimise carbon emissions during the development of the solar farm through to the decommissioning phase;
• To ensure social, environmental and economic sustainability are considered in the procurement of energy;
• To minimise disruption to wildlife and the local community; and
• To improve the biodiversity in the area of any solar facilities and meet the biodiversity net gain requirements as detailed in Volume 2 - Specification of the draft Invitation to Submit Outline (ISOS) tender pack.
LUL (or a member of the TfL Group) will purchase generation from the solar farm in accordance with the terms of the associated PPA at an agreed price. Any solar farm developed will be owned by the Delivery Partner, with LUL (or the relevant member of the TfL Group) to pay a unit price for the corresponding electricity.
Although LUL envisages that PPAs will take the form of newly-built solar assets, LUL may consider existing assets on a site-by-site basis.
The procurement process is being carried out under the Competitive Dialogue procedure and will consist of five (5) stages;
Stage 1: Selection Questionnaire ('SQ');
Stage 2: Invitation to Submit Outline Solution ('ISOS')
Stage 3: Invitation to Participate in Dialogue ('ITPD');
Stage 4: Dialogue; and
Stage 5: Invitation to Submit Final Tender ('ISFT').
This procurement process commences with an SQ through which a shortlist of the six (6) highest-ranking compliant and suitably qualified bidders will be generated. Further stages are described in detail in the available documentation.
Following evaluation of the ISFT stage, the highest-ranking bidder will be awarded the place on the framework agreement.
LUL reserves the right to award two (2) framework agreements pursuant to this procurement. Refer to section III.2.2 for further details on this provision.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 96
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Y nifer o gyfranogwyr a ragwelir: 6
Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
Refer to the procurement documents for full details for the down selection of economic operators (bidders) at the end of each stage. High-level details are below.
Stage 1: SQ - Six (6) highest-ranking compliant bidders invited to ISOS.
Stage 2: ISOS - Three (3) highest-ranking compliant bidders invited to Dialogue.
Stage 5: ISFT - Highest-ranking compliant bidder is awarded the framework agreement.
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
48 month initial term, with optional extension(s) of up to an additional 48 months, at the sole discretion of the contracting authority.
The total duration of contract, inclusive of any extension provision is 96 months.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
REGISTERING ON THE E-TENDERING PORTAL (I.3)
The following instructions explain TfL's e-tendering portal and provide guidance on how interested parties will be able to communicate with TfL in relation to this exercise.
(1) To register or to check if you are already registered to SAP Ariba, log on to https://service.ariba.com/Supplier.aw. Interested parties must read the instructions carefully before proceeding with registration. For help on using the SAP Ariba system, please refer to: https://support.ariba.com/Adapt/Ariba_Network_Supplier_Training.
(2) Once you have registered on SAP Ariba (or are already registered), you must also register on TfL's SAP Ariba system through the following link: https://s1-eu.ariba.com/Sourcing/Main/ad/selfRegistration?realm=TfL. Guidance on registering is available through the following link: here https://content.tfl.gov.uk/supplier-registration.pdf.
(3) Upon completion of steps 1 and/or 2, interested parties must inform Tufail Ahmed via email (TufailAhmed@tfl.gov.uk) with the following details:
- your organisation name as registered in SAP Ariba;
- your applicable supplier ID associated with TfL in SAP Ariba, in the form of SM Vendor ID, ERP ID, AN ID or ACM ID;
- your single point of contact registered on SAP Ariba; first name and surname;
- your email address registered with SAP Ariba; and
- your role in the organisation as registered with SAP Ariba.
Completion of these steps will enable TfL to invite interested parties to the event in SAP Ariba to gain access to the procurement documents, allowing interested bidders to submit their SQ submission via SAP Ariba by the deadline stated in IV.2.2.
Please contact Ariba_Supplier_Enablement@tfl.gov.uk in the first instance should you experience any problems with the portal for issues related to items 1 and 2 above.
Please contact TufailAhmed@tfl.gov.uk should you experience any other problems with the portal following completion of all three steps above.
ESTIMATED TOTAL VALUE (II.1.5)
The estimated value of the framework referred to in section II.1.5 has been developed assuming LUL (including members of the TfL Group) purchases renewable energy through solar farms equating to 64MW of capacity through the framework agreement. This value may fluctuate (increase) in accordance with changes in the economics of the energy market.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Bidders wishing to participate should access the detailed procurement documents referred to in this contract notice, decide on their interest in and capacity and capability to deliver the services, supplies and/or works which are the subject matter of this contract notice and complete and submit the SQ by the deadline date specified in section IV.2.2.
Further instructions and guidance are included in the SQ Instructions and other procurement documents.
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.4) Rheolau a meini prawf gwrthrychol ar gyfer cymryd rhan
The contracting authority expressly reserves the right to require a candidate to provide additional information supplementing or clarifying any of the information provided in response to the requests set out in the SQ.
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
Dormant supplier provisions
It should be noted that LUL reserves the right to award two (2) framework agreements pursuant to this procurement, one to each of the two highest ranked compliant bidders at ISFT stage: the first to the winning bidder (as selected in accordance with the procurement process outlined in the procurement documents), and the second as a 'dormant' supplier. Full details for the application of this provision are available within Volume 3 - Framework Agreement of the draft ISOS tender pack.
Where LUL awards a framework agreement to a dormant supplier, such framework agreement will take substantially the same form but will contain appropriate provisions in respect of when it will come into effect (i.e. where certain performance-based failures occur, resulting in a termination of the framework agreement with the winning bidder).
All other conditions related to the framework agreement are as stated in the procurement documents.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Deialog Gystadleuol
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
Mae'r broses gaffael yn golygu sefydlu cytundeb fframwaith gydag un gweithredwr.
IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog
Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-010741
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
20/12/2024
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
02/02/2025
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 9 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.3) Gwybodaeth ychwanegol
The contracting authority is a complex organisation operating both as a subsidiary of TfL which is a functional body of the Greater London Authority (GLA) under the direction of the Mayor of London and as a provider of transport services. The contract or contracts (if any) resulting from this call for competition may be awarded by and may be for the benefit of the contracting authority and/or any of TfL's subsidiaries.
Any part of the contracting authority and/or any of TfL's subsidiaries may award contracts as appropriate.
The contracting authority reserves the right to award the contract in whole or in part or not at all as a result of this call for competition.
The contracting authority shall not be liable for any costs or expenses incurred by any bidders in considering and/or responding to the procurement process.
If applicable, all discussions and meetings will be conducted in English.
Tenders and supporting documents must be priced in sterling and all payments made under the contract will be in sterling.
The contracting authority intends to use electronic means including the internet in carrying out the procurement process.
The contracting authority strongly supports and implements the GLA Group Responsible Procurement Policy. Details about the policy can be found on: https://www.london.gov.uk/sites/default/files/gla_group_responsible_procurement_policy_2021.pdf.
Further details as to the application of the Greater London Authority Group Responsible Procurement Policy to this procurement will be set out in the tender documents.
Further information on TfL may be found at www.tfl.gov.uk.
The contracting authority may interview any or all companies who express an interest in tendering for this work.
The framework agreement and call-off contract may include special conditions relating to performance, which may include economic, innovation-related, environmental, social and/or employment-related considerations.
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
HM Courts and Tribunal Service
The Strand
London
WC2A 2LL
UK
VI.4.3) Gweithdrefn adolygu
Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
In accordance with the Utilities Contracts Regulations 2016 (S.I. 2016/274), Part 5.
Please note that award decision notices (standstill letters) will be issued under Regulation 101 (and a Regulation 102 standstill period will be observed) at the completion of the ISFT stage.
This is the point at which the award decision is taken and at which the competitive procurement process concludes (but without prejudice to the dormant supplier provision as described in III.2.2).
No further standstill letters will be issued, and there will be no further standstill periods observed.
VI.5) Dyddiad anfon yr hysbysiad hwn
31/10/2024