Opportunity

Energy and Economic Services and Advice Framework Agreement

  • Ofgem

F02: Contract notice

Notice reference: 2022/S 000-003906

Published 10 February 2022, 4:34pm



The closing date and time has been changed to:

21 March 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Ofgem

10 South Colonnade, Canary Wharf

London

E14 4PU

Email

Procurement2@ofgem.gov.uk

Telephone

+44 2079017000

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.ofgem.gov.uk

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

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

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

https://www.mytenders.co.uk

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

Energy and Economic Services and Advice Framework Agreement

Reference number

2021-090

two.1.2) Main CPV code

  • 71314000 - Energy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The procurement is for the provision of gas, electricity, renewable heat & electricity generation, energy efficiency technical consultancy, economic services and advice.

This framework agreement will be delivered through eight specific lots:

Lot 1 – Gas Engineering

Lot 2 – Electricity Engineering

Lot 3 – Distributed Energy Resources

Lot 4 – Renewable Heat & Electricity Generation

Lot 5 – Carbon Capture and Storage and Nuclear

Lot 6 – Economic Services & Advice

Lot 7 – Specialist Technical Advisers

Lot 8 – Energy Efficiency Advice

two.1.5) Estimated total value

Value excluding VAT: £28,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Gas Engineering

Lot No

1

two.2.2) Additional CPV code(s)

  • 09123000 - Natural gas
  • 71314000 - Energy and related services
  • 09121200 - Mains gas
  • 79400000 - Business and management consultancy and related services
  • 79411100 - Business development consultancy services
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 71314200 - Energy-management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London and Glasgow

two.2.4) Description of the procurement

1A Gas Production, Utilisation & Storage

1B High Pressure Pipeline Engineering

1C High Pressure Above Ground Facilities Engineering Support

1D Gas Distribution

1E Hydrogen Conversion

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

option to extend for up to 2 x 12-month periods (1+1) until 30/04/2026 at the discretion of the Authority.

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 2021-090 Energy and Economic Services and Advice ITT for further information

two.2) Description

two.2.1) Title

Electricity Engineering

Lot No

2

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services
  • 09310000 - Electricity
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 65300000 - Electricity distribution and related services
  • 79400000 - Business and management consultancy and related services
  • 79410000 - Business and management consultancy services
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 71314200 - Energy-management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London and Glasgow

two.2.4) Description of the procurement

2A Electricity Generation

2B Electricity Transmission

2C Electricity Offshore Transmission

2D Electricity Distribution

2E Electricity Metering

2F Transmission and Distribution System Operation

2G Smart Grid and Emerging Network Technologies

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

option to extend for up to 2 x 12-month periods (1+1) until 30/04/2026 at the discretion of the Authority.

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 2021-090 Energy and Economic Services and Advice ITT for further information

two.2) Description

two.2.1) Title

Distributed Energy Resources

Lot No

3

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 79400000 - Business and management consultancy and related services
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 79411100 - Business development consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

3A Assets

3B Operations, Data and Software

3C Financing and Monetisation

3D Customer Focus

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

option to extend for up to 2 x 12-month periods (1+1) until 30/04/2026 at the discretion of the Authority.

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 2021-090 Energy and Economic Services and Advice ITT for further information

two.2) Description

two.2.1) Title

Carbon Capture and Storage and Nuclear

Lot No

5

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services
  • 34514800 - Offshore platforms
  • 44161000 - Pipelines
  • 44161100 - Gas pipelines
  • 44161410 - Subsea pipelines
  • 24311800 - Carbon
  • 32400000 - Networks
  • 71311200 - Transport systems consultancy services
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 79400000 - Business and management consultancy and related services
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 71314200 - Energy-management services
  • 79411100 - Business development consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London and Glasgow

two.2.4) Description of the procurement

5A Carbon Capture and Storage: offshore wells and storage

5B Carbon Capture and Storage: offshore transport networks

5C Carbon Capture and Storage: onshore transport networks

5D Carbon Capture and Storage: full-chain CCUS

5E Nuclear generation

5F Nuclear supply chain

5G Nuclear safety

5H Nuclear plant on-site uses

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

option to extend for up to 2 x 12-month periods (1+1) until 30/04/2026 at the discretion of the Authority.

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 2021-090 Energy and Economic Services and Advice ITT for further information

two.2) Description

two.2.1) Title

Economic Services & Advice

Lot No

6

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services
  • 79311410 - Economic impact assessment
  • 71314300 - Energy-efficiency consultancy services
  • 32400000 - Networks
  • 24311800 - Carbon
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 65400000 - Other sources of energy supplies and distribution
  • 72313000 - Data capture services
  • 66152000 - Financial market regulatory services
  • 66151000 - Financial market operational services
  • 66171000 - Financial consultancy services
  • 79311400 - Economic research services
  • 79400000 - Business and management consultancy and related services
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 79411100 - Business development consultancy services
  • 71314200 - Energy-management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London and Glasgow

two.2.4) Description of the procurement

6A Economic modelling

6B Carbon Capture and Storage (financing)

6C Carbon Capture and Storage (onshore economics)

6D Carbon Capture and Storage (offshore economics)

6E Carbon Capture and Storage (overarching network economics)

6F Nuclear generation and regulation (financial, safety and wider energy system)

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

option to extend for up to 2 x 12-month periods (1+1) until 30/04/2026 at the discretion of the Authority.

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 2021-090 Energy and Economic Services and Advice ITT for further information

two.2) Description

two.2.1) Title

Specialist Technical Advisers

Lot No

7

two.2.2) Additional CPV code(s)

  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 71314000 - Energy and related services
  • 79400000 - Business and management consultancy and related services
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 79411100 - Business development consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London and Glasgow

two.2.4) Description of the procurement

Specialist technical advisers - aimed primarily at sole traders and SME's.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

option to extend for up to 2 x 12-month periods (1+1) until 30/04/2026 at the discretion of the Authority.

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 2021-090 Energy and Economic Services and Advice ITT for further information

two.2) Description

two.2.1) Title

Energy Efficiency Advice

Lot No

8

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services
  • 71314300 - Energy-efficiency consultancy services
  • 71314200 - Energy-management services
  • 79400000 - Business and management consultancy and related services
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 79411100 - Business development consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

London and Glasgow

two.2.4) Description of the procurement

Energy efficiency technical advice

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

option to extend for up to 2 x 12-month periods (1+1) until 30/04/2026 at the discretion of the Authority.

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 2021-090 Energy and Economic Services and Advice ITT for further information

two.2) Description

two.2.1) Title

Renewable Heat & Electricity Generation

Lot No

4

two.2.2) Additional CPV code(s)

  • 71314000 - Energy and related services
  • 09000000 - Petroleum products, fuel, electricity and other sources of energy
  • 09300000 - Electricity, heating, solar and nuclear energy
  • 38551000 - Energy meters
  • 79212000 - Auditing services
  • 90714400 - Activity specific environmental auditing services
  • 79411100 - Business development consultancy services
  • 71314200 - Energy-management services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

4A Generating Technologies & Heat Distribution

4B Heat Transfer Technologies & Heat Distribution

4C Economy of Heat & Ad Hoc Assessments

4D Biomethane

4E Audit of Renewable Electricity Generating Stations

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

option to extend for up to 2 x 12-month periods (1+1) until 30/04/2026 at the discretion of the Authority.

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 2021-090 Energy and Economic Services and Advice ITT for further information


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.3) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-021338

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

10 March 2022

Local time

12:00pm

Changed to:

Date

21 March 2022

Local time

12:00pm

See the change notice.

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

10 March 2022

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

This resulting framework will be available to use for the Gas and Electricity Markets Authority/Ofgem and the Department for Business,

Energy and Industrial Strategy only.

Please see attached 2021-090 Energy and Economic Services and Advice 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=225316.

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:225316)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

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