Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Corporate Power Purchase Agreement

  • First published: 04 July 2024
  • Last modified: 04 July 2024
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-047a1f
Published by:
Thames Water Utilities Limited
Authority ID:
AA20727
Publication date:
04 July 2024
Deadline date:
18 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of Electricity through Corporate Power Purchase Agreements

Full notice text

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

Coding

Commodity categories

ID Title Parent category
09310000 Electricity Electricity, heating, solar and nuclear energy
31682000 Electricity supplies Electrical supplies and accessories
45315300 Electricity supply installations Electrical installation work of heating and other electrical building-equipment
09300000 Electricity, heating, solar and nuclear energy Petroleum products, fuel, electricity and other sources of energy
09100000 Fuels Petroleum products, fuel, electricity and other sources of energy
31122000 Generator units Generators
65400000 Other sources of energy supplies and distribution Public utilities
31121340 Wind farm Generating sets
31121320 Wind turbines Generating sets
31121310 Windmills Generating sets
45251160 Wind-power installation works Construction works for power plants and heating plants

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement.support.centre@thameswater.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.