By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply of Electricity.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Network Rail Infrastructure Limited
The Quadrant: MK
For the attention of: Steve Briggs
MK9 1EN Milton Keynes
UNITED KINGDOM
Telephone: +44 1908781928
E-mail:
Fax: +44 1908784369

Internet address(es):

General address of the contracting entity: www.networkrail.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Railway services
I.3)Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: yes

HS1 Limited
One Euston Square, 40 Melton Street
NW1 2FD London
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Supply of Electricity.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Multiple sites in England, Scotland and Wales.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 2

Duration of the framework agreement

Duration in years: 10
II.1.5)Short description of the contract or purchase(s):
Electricity supply to Network Rail for non-traction electricity supply purposes e.g. the supply of power for signalling and operational use including use at stations, offices and depot locations. Additionally, electricity supply to HS1 Limited for traction and non-traction power supply purposes for the High Speed 1 railway between London and the Channel Tunnel. In aggregate, the electricity supply will be to circa 400 HH metered supplies consuming 500GWh per annum and 7000 NHH metered supplies consuming 190GWh per annum.
II.1.6)Common procurement vocabulary (CPV)

09310000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The electricity supply will be to circa 400 HH metered supplies consuming 500GWh per annum and 7000 NHH metered supplies consuming 190GWh per annum.
II.2.2)Information about options
Options: yes
Description of these options: 4 Lots as described in Annex B.
For each Lot we will require flexibility options:
1) Fully Flexible (with Commodity lock & unlock options, including Day Ahead provisions, with non-Commodity costs passed through at cost)
2) Semi Flexible (with Commodity lock & unlock options, including Day Ahead provisions, with non-Commodity costs fixed for the contract term)
3) Fixed (with all Commodity and non-Commodity elements fixed for the duration of the contract)
For each of the flexibility options we will require contract term options as follows:
Contract for 2 year initial term with options for extension periods of up to an additional 3 years
Contract for 3 year initial term with options for extension periods of up to an additional 2 years
Contract for 5 year initial term.
For the Fully Flexible and Semi Flexible flexibility options further extension periods of up to an additional 5 years will be considered making a total possible term of 10 years.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.4.2015 Completion 31.3.2025

Information about lots

Lot No: 1 Lot title: Non-Traction Electricity (Half-Hourly Metered)
1)Short description:
Electricity supply to circa 350 half-hourly metered supplies consuming 285 GWh per annum
2)Common procurement vocabulary (CPV)

09310000

4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2015
Lot No: 2 Lot title: Non-Traction Electricity (Non Half-Hourly Metered)
1)Short description:
Electricity supply to circa 7000 non half-hourly metered supplies consuming 190 GWh per annum
2)Common procurement vocabulary (CPV)

09310000

4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2015
Lot No: 3 Lot title: NR Non-Traction Electricity (HH Metered + NHH Meterd)
1)Short description:
Electricity supply to circa 350 half-hourly metered supplies consuming 285 GWh per annum plus Electricity supply to circa 7000 non half-hourly metered supplies consuming 190 GWh per annum
2)Common procurement vocabulary (CPV)

09310000

4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2015
Lot No: 4 Lot title: High Speed Electricity Supply
1)Short description:
Electricity supply to HS1 Limited for traction and non-traction power supply requirements of the High Speed 1 railway to a total of circa 60 sites consuming 220 GWh per annum.
2)Common procurement vocabulary (CPV)

09310000

4)Indication about different date for duration of contract or starting/completion
Starting 1.4.2015
5)Additional information about lots:
Electricity supply for High Speed Traction to 3 half-hourly metered supplies consuming 170 GWh per annum; plus electricity supply to circa 25 half-hourly metered supplies for non-traction purposes consuming 50 GWh per annum; plus electricity supply to 30 non half-hourly metered supplies for non-traction purposes consuming 3 GWh per annum.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will be advised during the course of the tender exercise if these are required. Parent Company Guarantees and other financial and performance guarantees may be requested as deemed appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Any tenderer who wish to be considered for this
contract MUST submit an Expression of Interest (EoI) via email for the attention of Steve Briggs at

no later than 17.00 on 10.2.2014. The email must contain the following information as laid out below and nothing else:

1. Full Contracting Entity Name, address and
registered address (if different).
2. Company Registration Number
3. Full name, telephone number and email address of the individual submitting the EoI who will be the point of contact for any ongoing correspondence.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers must hold a UK licence for the supply of electricity.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: 1. Suppliers to provide financial accounts for the most recent 3 years.
2. We will be considering suppliers with an annual turnover of at least 3 times the individual lot estimated annual values
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract

Notice number in the OJEU: 2011/S 88-143760 of 6.5.2011

IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
10.2.2014 - 17:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
It is Network Rail's intent to issue a tender to applicants who:
1. Submit an Expression of Interest in the timeframe expressed in III.1.4 (and IV.3.4); and
2. Provide the information requested in accordance with III.1.4; and
3. Are compliant with the requirement of III.2.1; and
4. Are compliant with the requirement of III.2.2
Said Tender is expected to be issued on 17.2.2014 with Supplier responses due (from those invited to tender) on 11.4.2014.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
27.1.2014