Section one: Contracting authority
one.1) Name and addresses
Ofgem
10 South Colonnade, Canary Wharf
London
E14 4PU
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
2024-030
Reference number
Non-Domestic Renewable Heat Incentive Statistical and Targeted Audits
two.1.2) Main CPV code
- 79212000 - Auditing services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement is for the provision of an audit contractor to perform technical site audits as part of the Non-Domestic Renewable Heat Incentives programme and the Green Gas Support Scheme on behalf of Ofgem.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79212300 - Statutory audit services
- 90714000 - Environmental auditing
- 90714300 - Sectoral environmental auditing services
- 09300000 - Electricity, heating, solar and nuclear energy
- 65400000 - Other sources of energy supplies and distribution
- 71314000 - Energy and related services
- 71314200 - Energy-management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The audits may be across Scotland, England and Wales. It is possible audits in Northern Ireland will be requested during this contract. All visits shall be made within the working week and day.
two.2.4) Description of the procurement
This work is required as part of Ofgem’s commitment to reduce fraud and error on its environmental schemes. This will require the successful tenderer to undertake technical site audits of both prospective and accredited installations under the above-mentioned schemes as part of the audit programme. The audit programmes are designed to reduce the risk of non-compliance; thus, ensuring the schemes provide value for money for UK taxpayers. Ofgem’s Requirements for Services to be provided for technical audits of generators and installations for the following Schemes:
* Non-Domestic Renewable Heat Incentive (NDRHI)
* Green Gas Support Scheme (GGSS)
The overarching requirements of the audit site visit, regardless of Scheme, include the successful tenderer’s auditors to:
*Check the accuracy of data provided to Ofgem. This includes data provided in any reports;
*Securing assurance of compliance with Ofgem’s published guidance and with any procedures or Scheme that Ofgem may have agreed with the participant;
*Detecting non-compliance and fraud, either on the part of the Auditee or those parties with whom they have a contract for delivering their obligations; and
*Detecting departures from good practice that have resulted, or that may result in the incorrect supply of information to Ofgem.
The successful tenderer will be expected to have a full understanding of the NDRHI and GGSS requirements and expect that they can apply their mechanical services expertise during site visits to understand when installations or participants are not complying with the relevant legislation.
The successful tenderer is also expected to have a full understanding of the applicable eligibility criteria that Ofgem apply for each installation concerning both general and specific technology type eligibility checks. This ensures that the installation has been accurately represented during application.
Ofgem expects the auditors should also be familiar with Ofgem’s published guidance for the above schemes. On this basis, they should be able to highlight to Ofgem when applicants or operators are not complying with the guidance and/or legislation
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
48
This contract is subject to renewal
Yes
Description of renewals
It is anticipated the contract will be in place for up to 2 years with the option to extend for up to 2 x 12 month periods.
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 refer to the 2024-030 NDRHI Stat and Target Audits ITT document attached.
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 refer to the 2024-030 NDRHI Stat and Target Audits ITT document attached.
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 refer to the 2024-030 NDRHI Stat and Target Audits ITT document attached.
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
29 May 2024
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
29 May 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Following the end of the initial 2 year period or following any extension period utilised.
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Please refer to the 2024-030 NDRHI Stat and Target Audits ITT document attached.
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=231860.
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:231860)
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