Power Purchase Agreement for Off-site Renewable Electricity – City of London
The City of London Corporation has committed to sourcing 100 % renewable electricity, with renewable PPAs being an integral part of its energy procurement and sustainability strategies.
United Kingdom-London: Electricity
2019/S 126-307770
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Guildhall
London
EC2P 2EJ
United Kingdom
Telephone: +44 2073321065
E-mail: James.Carter@cityoflondon.gov.uk
NUTS code: UKIInternet address(es):Main address: www.cityoflondon.gov.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Power Purchase Agreement for Off-site Renewable Electricity
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The City of London Corporation (‘City Corporation’) has committed to sourcing 100 % renewable electricity, with renewable PPAs being an integral part of its energy procurement and sustainability strategies.
The City Corporation is therefore seeking to sign a long-term offsite Power Purchase Agreement (‘PPA’) with an onshore wind farm or solar PV developer in Great Britain (i.e. excluding Northern Ireland). In the interest of creating ‘additionality’, the City Corporation seeks a ‘new’ project, which is not yet fully constructed but that has already been permitted/consented. The City Corporation would consider an operational project as a bridging option only.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
The City of London Corporation (The City) is seeking to enter into an offsite Power Purchase Agreement (PPA) with a renewable energy project owner and operator (The developer), from which The City purchases all (or an agreed proportion) of the power generated at an agreed fixed price for the duration of the contract, indexed annually to CPI, along with renewable energy benefits.
The project should be new i.e. not yet fully constructed, and it must be built in Great Britain (i.e. excluding Northern Ireland) and should expect to deliver on average c.40-60 GWh per annum with P50 outputs near to 50 GWh preferred. This could be from a single generation asset, several assets, or a proportion of a larger asset. Minimum delivery requirements for project availability and output/performance will be negotiated between The city and the developer.
The contract structure will be a sleeved (‘physical’) PPA, for the supply of onshore wind power or solar power only, with an existing utility supplier providing the sleeving services (The sleeving supplier). The city will also consider ‘firmed’ options where the developer works with a trader/utility to deliver annual or monthly baseload blocks of power.
The developer will supply the power under the PPA to the sleeving supplier on behalf of The City, and will work with the sleeving supplier to facilitate the supply of electricity from the renewable energy project. Also The developer will transfer all environmental attributes (including Renewable Energy Guarantees of Origin (‘REGOs’)) to the sleeving supplier on behalf of the city at no additional cost (i.e. included within the PPA price).
The term of the PPA will be 10-15 years from the Commercial Operations Date (COD). The first COD acceptance date shall be 1.10.2020.
The ‘Scheduled COD’ is 1.4.2021. The ‘COD Longstop Date’ shall be 1.4.2022, unless the contractor does not provide a Bridging solution (i.e. REGO-backed power at the same PPA price from an operational source), in which case the COD Longstop date shall be the same as the ‘Scheduled COD’, 1.4.2021.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As stated in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (url:www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
The contract duration is expected to be between 10-15 years. The estimated value given at II.2.6) is for the full 15-year duration of the contract. The estimated annual contract value is therefore 2 400 000 GBP.
VI.4.1)Review body
Royal Courts of Justice, The Strand
London
WC1A 2LL
United Kingdom
VI.4.2)Body responsible for mediation procedures
Royal Courts of Justice, The Strand
London
WC1A 2LL
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
70 Whitehall
London
SW1A 2AS
United Kingdom
VI.5)Date of dispatch of this notice: