Opportunity

Tender Round 11 (TR11) for the grant of one offshore transmission licence

  • Office of Gas and Electricity Markets

F02: Contract notice

Notice reference: 2024/S 000-004860

Published 13 February 2024, 6:51pm



Section one: Contracting authority

one.1) Name and addresses

Office of Gas and Electricity Markets

10 South Colonnade

London

E14 4PU

Email

tendercoordinator@ofgem.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ofgem.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.ofgem.gov.uk/energy-policy-and-regulation/policy-and-regulatory-programmes/offshore-electricity-transmission-ofto/offshore-transmission-tender-publications?sort=publication_date

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://ofgem.bravosolution.co.uk/

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

https://ofgem.bravosolution.co.uk/

one.4) Type of the contracting authority

Other type

The contracting authority is the Great Britain ('GB') Gas and Electricity Markets Authority ('GEMA' or the 'Authority')

one.5) Main activity

Other activity

Regulation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tender Round 11 (TR11) for the grant of one offshore transmission licence

two.1.2) Main CPV code

  • 65320000 - Operation of electrical installations

two.1.3) Type of contract

Services

two.1.4) Short description

This notice concerns the proposed grant of one offshore transmission licence to a successful bidder to connect an offshore wind farm to the GB onshore grid. TR11 consists of one project - Dogger Bank B Offshore Wind Farm (the Project). The tender process will consist of two stages for the Project: an Enhanced Pre-Qualification (EPQ) stage and an Invitation to Tender (ITT) stage, resulting in the selection of a preferred bidder. Any bidder wishing to participate in the EPQ stage for the Project, must express their interest as per the requirements in the EPQ documentation.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber

two.2.4) Description of the procurement

Within UK territorial waters or the UK Renewable Energy Zone (as defined in the Renewable Energy Zone (Designation of Area) Order 2004 (SI 2004 No.2668)). This project is subject to change. The following is currently identified as a qualifying project under regulation 8(6)(a) of the Electricity (Competitive Tenders for Offshore Transmission Licences) Regulations 2015 (the Tender Regulations). The location listed below is based on the most proximate onshore points or on anticipated onshore connection points. Precise information will be available in the tender documents.

Project: Dogger Bank B Offshore Wind Farm

Developer: SSE Renewables, Equinor and Vårgrønn

Limited Capacity (MW): 1200

Location: 131km (at the nearest point) from the North East coast of England.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

300

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Maximum number: 8

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


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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

1 May 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Ofgem

London

E144PU

Email

tendercoordinator@ofgem.gov.uk

Country

United Kingdom

Internet address

https://www.ofgem.gov.uk/