Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
THAMES WATER UTILITIES LIMITED
02366661
Reading
RG18DB
UK
Contact person: Thames Water
E-mail: procurement.support.centre@thameswater.co.uk
NUTS: UKJ11
Internet address(es)
Main address: https://www.thameswater.co.uk
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.thameswater.co.uk/about-us/our-suppliers/procurement
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://thameswater.smartsourceportal.com
I.6) Main activity
Water
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Corporate Power Purchase Agreement
Reference number: TC2160
II.1.2) Main CPV code
09310000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Provision of Electricity through Corporate Power Purchase Agreements
II.1.5) Estimated total value
Value excluding VAT:
200 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
09100000
09300000
31121310
31121320
31121340
31122000
31682000
45251160
45315300
65400000
II.2.3) Place of performance
NUTS code:
UKC
UKD
UKE
UKF
UKG
UKH
UKI
UKJ
UKK
UKL
UKM
Main site or place of performance:
All of the UK, excluding Northern Ireland
II.2.4) Description of the procurement
Thames Water Utilities Limited are looking to diversify its electricity portfolio through corporate Power Purchase Agreements (PPAs). The objective is to secure long-term price certainty while supporting decarbonisation targets through a competitive tender process.
Thames Water seeks to sign a long-term physical PPA with a wind or solar PV power generator. The primary target is to procure 100-150 GWh per annum of renewable energy through this tender, with the possibility of increasing the volume to 200 GWh per annum if commercially compelling offer(s) are received. Each contract should be a minimum of 20 GWh and a maximum of 150 GWh per annum. Thames Water is open to both newbuild and operational projects, provided that newbuild projects have, or will obtain, all necessary permits and consents. The company aims to start procuring volumes as soon as possible, preferring start dates within the next 18 months, but will consider projects with Commercial Operation Dates (CODs) before April 2026.
Thames Water seeks long-term price stability for its power supply and prefers a 5-year contract, although terms ranging 3 to 10 years will be considered.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
200 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
There are no requirements relating to professional activity
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.4) Objective rules and criteria for participation
As detailed in PQQ
III.1.6) Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in Invitation to Negotiate Document
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortia may be required to form a legal entity prior to award
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/07/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
All suppliers who wish to respond to this contract notice must request a pre-qualification questionnaire (PQQ) by using the web link in Section I.3 (www.thameswater.co.uk/procurement).
From your response to the link in Section I.3 or above, Thames Water's Procurement Support Centre will send you an email providing login details for our eSourcing system (i.e. IASTA
Smartsource). To complete the PQQ you will need to login to IASTA Smartsource.
If the project requires it, you will receive an additional and separate survey to complete for Data Protection.
Note - The client may be Thames Water Utilities Limited or another company within the Kemble Water group structure
VI.4) Procedures for review
VI.4.1) Review body
Thames Water Utilities Limited
Reading
RG1 8DB
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations 2016 (SI 2016 No 274) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice
03/07/2024