Construction Contract Leads
London
Category Services
Type
No. of Lots 1
Status Active
Published 17th Feb 2025
Reference | ocds-h6vhtk-04b25e |
Common Procurement Vocabulary | Energy and related services |
Procurement Method | Competitive dialogue |
Value | £2,000,000,000 |
London
Category Services
Type
No. of Lots 1
Status Active
Published 17th Feb 2025
Reference | ocds-h6vhtk-04b25e |
Common Procurement Vocabulary | Energy and related services |
Procurement Method | Competitive dialogue |
Value | £2,000,000,000 |
Section I: Contracting authority
I.1) Name and addresses
Guy's and St Thomas' NHS Foundation Trust
Great Maze Pond
London
SE1 9RT
Contact
Mari Keet
mkeet [at] ecovategroup.com
Country
United Kingdom
NUTS code
UKI44 - Lewisham and Southwark
Internet address(es)
Main address
Buyer's address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Procurement for St Thomas Energy Project - Energy as a Service (EaaS) Solution for GSTT
Reference number
C316647
II.1.2) Main CPV code
- 71314000 - Energy and related services
II.1.3) Type of contract
Services
II.1.4) Short description
Guy’s and St Thomas’ Hospital NHS Foundation Trust is seeking a Strategic Energy Partner to engage in a single supplier framework for the decarbonisation of the estate, with St Thomas’ Hospital’s energy system as an initial anchor project and the opportunity for future projects more widely across the Trust.
At St Thomas’ Hospital, electricity consumption is estimated to be 51 GWh per year and heat consumption is 37 GWh per year. An Energy as-a-Service model is proposed, with the Energy Service company retaining economic benefits from energy generation and having autonomy over any excess energy generated outside the agreed distribution to the Trust.
The Trust intends to award the framework agreement to a sole supplier. The proposed term of the framework agreement is eight (8) years due to the nature of the works involved, the fact they are to be across multiple sites and sequentially and due to the fact that there will be economic and technical benefits to having the same provider deliver the decarbonisation across the entire estate. The supplementary agreements entered into under the framework agreement are proposed to have a longer term of forty (40) years or longer, and the estimated value of £2 billion relates to the longer term.
II.1.5) Estimated total value
Value excluding VAT: £2,000,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 65400000 - Other sources of energy supplies and distribution
II.2.3) Place of performance
NUTS codes
- UKI44 - Lewisham and Southwark
II.2.4) Description of the procurement
Guy’s and St Thomas’ Hospital NHS Foundation Trust is seeking a Strategic Energy Partner to engage in a single supplier framework for the decarbonisation of the estate, with St Thomas’ Hospital’s energy system as an initial anchor project and the opportunity for future projects more widely across the Trust.
At St Thomas’ Hospital, electricity consumption is estimated to be 51 GWh per year and heat consumption is 37 GWh per year. An Energy as-a-Service model is proposed, with the Energy Service company retaining economic benefits from energy generation and having autonomy over any excess energy generated outside the agreed distribution to the Trust.
The Trust intends to award the framework agreement to a sole supplier. The proposed term of the framework agreement is eight (8) years due to the nature of the works involved, the fact they are to be across multiple sites and sequentially and due to the fact that there will be economic and technical benefits to having the same provider deliver the decarbonisation across the entire estate. The supplementary agreements entered into under the framework agreement are proposed to have a longer term of forty (40) years or longer, and the estimated value of £2 billion relates to the longer term.
The framework agreement will also be available for use by the other contracting authorities identified subject to the Trust’s prior approval.
The relevant contracting authorities that may access the framework agreement include: NHS Trusts, NHS Foundation Trusts, and Integrated Care Boards (ICBs) within the South East London region. This includes King’s College Hospital NHS Foundation Trust, Lewisham and Greenwich NHS Trust, South East London and Maudsley NHS Foundation Trust, Oxleas NHS Foundation Trust, Guy’s and St Thomas’ NHS Foundation Trust, South East London Integrated Care Board and any other public sector organisation that falls within the South East London Integrated Care System. Additionally, NHS England, the Care Quality Commission (CQC), and the Health and Safety Executive (HSE) may also access the framework agreement.
Beyond the NHS, public sector bodies such as local authorities and councils, including the London Boroughs of Lambeth, Southwark, Bexley, Bromley, and Greenwich, and any other local authorities or councils within the South East London region, as well as the Mayor of London, the London Assembly, Transport for London (TfL), the Mayor’s Office for Policing and Crime (MOPAC), the London Fire Commissioner, and the City of London Corporation may also access the framework agreement.
The call off contracts between the Trust and the supplier appointed to the framework agreement may include a variable mechanism to reflect the volume of energy services provided under the framework agreement.
To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal .
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health [at] atamis.co.uk
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: £2,000,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
96
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 IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The proposed term of the framework agreement is eight (8) years due to the nature of the works involved, the fact they are to be across multiple sites, and sequentially due to the fact that there will be economic and technical benefits to having the same provider deliver the decarbonisation across the entire estate.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-035090
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
4 April 2025
Local time
10:00am
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
5 March 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
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.4) Procedures for review
VI.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
VI.4.2) Body responsible for mediation procedures
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom