Section one: Contracting authority
one.1) Name and addresses
OFGEM
10 South Colonnade, Canary Wharf
London
E14 4PU
Contact
Rebecca Green
Telephone
+44 2079017000
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA10021
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Interconnector Third Window and MPI Pilot Regulatory Framework
Reference number
2022-127
two.1.2) Main CPV code
- 66171000 - Financial consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement is to is to appoint a tenderer to support the Future Interconnection team within the Networks division. Support is required to develop and undertake a cost-benefit analysis (CBA) on new interconnectors and Multi-Purpose Interconnectors (MPIs) that have applied to Ofgem’s Third cap and floor application Window and the MPI pilot scheme respectively. The CBA forms part of the Initial Project Assessment (IPA) to inform whether projects are granted a cap and floor regime in principle. The CBA will assess the needs case of proposed projects, taking into account their socioeconomic value, wider network and environmental impacts, and against the existing interconnector landscape. The needs case assessment ensures that projects are in consumers’ interests, and along with a wider assessment of deliverability and maturity, the assessment will enable Ofgem to make informed decisions on whether projects should be awarded a cap and floor regulatory regime in principle. The successful tenderer will be expected to deliver modelling based on a pre-defined methodology developed by Arup and published by Ofgem in 2022, assessing the impacts of proposed interconnector projects, and the interactions between them and the wider energy system. The successful tenderer will then be expected to produce a publishable
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 79311400 - Economic research services
- 79311410 - Economic impact assessment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This procurement is to appoint a tenderer to support the Future Interconnection team within the Networks division. Support is required to develop and undertake a cost-benefit analysis (CBA) on new interconnectors and Multi-Purpose Interconnectors (MPIs) that have applied to Ofgem’s Third cap and floor application Window and the MPI pilot scheme respectively. The CBA forms part of the Initial Project Assessment (IPA) to inform whether projects are granted a cap and floor regime in principle. The CBA will assess the needs case of proposed projects, taking into account their socioeconomic value, wider network and environmental impacts, and against the existing interconnector landscape. The needs case assessment ensures that projects are in consumers’ interests, and along with a wider assessment of deliverability and maturity, the assessment will enable Ofgem to make informed decisions on whether projects should be awarded a cap and floor regulatory regime in principle. The successful tenderer will be expected to deliver modelling based on a pre-defined methodology developed by Arup and published by Ofgem in 2022, assessing the impacts of proposed interconnector projects, and the interactions between them and the wider energy system. The successful tenderer will then be expected to produce a publishable
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 75
Price - Weighting: 25
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
Yes
Description of renewals
Ofgem reserves the right to extend the contract for up to 1x 2 month period
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Please see attached 2022-127 Media & Social Media Monitoring, Insight and Evaluation ITT for further information.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see attached 2022-127 ITT for further information.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see attached 2022-127 ITT for further information.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
24 February 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please see attached 2022-127 ITT for further information.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=228563.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:228563)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit