Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

TfL Solar Private Wire Delivery Partner

  • Cyhoeddwyd gyntaf: 01 Tachwedd 2024
  • Wedi'i addasu ddiwethaf: 01 Tachwedd 2024
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-03bea3
Cyhoeddwyd gan:
London Underground Limited
ID Awudurdod:
AA81906
Dyddiad cyhoeddi:
01 Tachwedd 2024
Dyddiad Cau:
20 Rhagfyr 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
90711000 Asesu effeithiau amgylcheddol heblaw ar gyfer adeiladu Rheoli amgylcheddol
09000000 Cynhyrchion petrolewm, tanwydd, trydan a ffynonellau ynni eraill Ynni a gwasanaethau cysylltiedig
31712347 Deuodau pwer neu solar Peiriannau a chyfarpar a microelectroneg a microsystemau
65300000 Dosbarthu trydan a gwasanaethau cysylltiedig Cyfleustodau cyhoeddus
65400000 Ffynonellau eraill cyflenwadau a dulliau dosbarthu ynni Cyfleustodau cyhoeddus
45251100 Gwaith adeiladu ar gyfer gweithfeydd pwer Gwaith adeiladu ar gyfer gweithfeydd pwer a gweithfeydd gwres
45112340 Gwaith dihalogi pridd Gwaith cloddio a symud pridd
45261215 Gwaith gosod paneli solar ar doeau Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45317300 Gwaith gosod trydanol ar gyfer cyfarpar dosbarthu trydanol Math arall o waith gosod trydanol
45262640 Gwaith gwella amgylcheddol Gwaith adeiladu crefftau arbennig heblaw gwaith toi
45311000 Gwaith gwifro a ffitio trydanol Gwaith gosod trydanol
45111200 Gwaith paratoi a chlirio safleoedd Gwaith dymchwel, paratoi a chlirio safleoedd
45111250 Gwaith ymchwilio tir Gwaith dymchwel, paratoi a chlirio safleoedd
65500000 Gwasanaeth darllen mesuryddion Cyfleustodau cyhoeddus
71313440 Gwasanaethau Asesu Effeithiau Amgylcheddol (AEA) ar gyfer adeiladu Gwasanaethau ymgynghori ar beirianneg amgylcheddol
09330000 Ynni solar Ynni trydan, gwres, solar a niwclear

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
JasmineMoss@tfl.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.