Periodic indicative Notice - Utilities - Call for competition

Information

Published

Expire date: 01/09/2022

External Reference: 2022-522295

FTS Reference: 2022-017559

Periodic indicative Notice - Utilities - Call for competition

Periodic indicative notice – utilities

This notice is a call for competition

Supplies

Section I: Contracting entity

I.1)

Name and addresses

HS1 Ltd
03539665
5th floor, Kings Place, 90 York Way
London
N1 9AG
UK
Contact person: Procurement Two
Telephone: +44 2070142700
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=49762&B=HIGHSPEED1
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Other activity:  Rail Infrastructure

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

HS1 Electricity Supply Contract (ESC)
Reference number:  HS1-ENG-2022-26
II.1.2)

Main CPV code

09310000  -  Electricity
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

HS1 is seeking to procure its next generation Electricity Supply Contract (ESC) which will have a duration of 5+ years. The new contract will have a lead in period from April 2023 to allow for forward planning and purchasing and will become live for Supply from 01 April 2024.
The requirement of the ESC is to allow for forward purchase and Supply of:
Traction
• HH Traction (4 directly connected supply points);
Non-Traction (62 MPANS)
• HH Non-Traction: (39 MPANS);
• Non HH Non-Traction (23 MPANS).
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

31682000  -  Electricity supplies
09310000  -  Electricity
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

The requirement of the ESC is to allow for forward purchase and Supply of:
Traction
• HH Traction (4 directly connected supply points);
Non-Traction (62 MPANS)
• HH Non-Traction: (39 MPANS);
• Non HH Non-Traction (23 MPANS).
Full site list available on request.
Total volume is currently estimated at c. 220GWh reducing to c.170GWh (post consumption efficiency delivery ref target is to reduce total consumption by 30% by 2030) See Figure 2.
HS1 traditionally consumes around 240GWh of electricity per annum. Approximately 79% of consumption is through three traction sites which have their own grid supply points. The remaining 21% of consumption is split between the stations, depots and ancillary sites such as switch rooms and signal boxes. The load is reasonably flat throughout all seasons and weighted 87:13 on a day/night basis. Most sites have existing unallocated Available Supply Capacity (ASC) and the business has a close relationship with the incumbent DNO (UKPN).
II.2.6)

Estimated value

Value excluding VAT: 45000000.00  GBP
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:  Selection criteria as stated in the Procurement documents.
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Selection criteria as stated in the Procurement documents.
Minimum level(s) of standards possibly required:  
Selection criteria as stated in the Procurement documents.
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Selection criteria as stated in the Procurement documents.
Minimum level(s) of standards possibly required:  
Selection criteria as stated in the Procurement documents.
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Selection criteria as stated in the Procurement documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for the receipt of applications for an invitation to tender or to negotiate / Time limit for receipt of expressions of interest

Date:  01/09/2022
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.5)

Scheduled date for start of award procedures

28/10/2022

Section VI: Complementary information

VI.4)

Procedures for review

VI.4.1)

Review body

HS1 Ltd
Fifth Floor, Kings Place, 90 York Way,
London
N1 9AG
UK

VI.4.2)

Body responsible for mediation procedures

HS1 Legal Team
90 York Way
London
N1 9AG
UK

VI.4.4)

Service from which information about the review procedure may be obtained

HS1 Procurement Team
90 York Way
London
N1 9AG
UK