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
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
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
Audit of the Data Communications Company (DCC)
Reference number
2024-082
two.1.2) Main CPV code
- 79212000 - Auditing services
two.1.3) Type of contract
Services
two.1.4) Short description
Under the Operational Performance Regime (OPR) contract management incentive, the auditor assesses the DCC’s management of its contracts. The auditor is tasked with using the scope listed in the most up to date version OPR Guidance document to assess DCC’s contract management performance against the National Auditing Office (NAO) Framework.
Main tasks:
*Assessment of DCC’s commercial activity over the course of the Regulatory Year.
*The auditor will provide a score of DCC’s performance using the NAO Framework. Ofgem will use these scores to determine the final score to be awarded to DCC.
The audit will run on an annual basis and have four main stages:
*Evaluation stage – This will run for around six weeks where the auditor will carry out an assessment of DCC’s commercial activity in the Regulatory Year. The auditor will provide DCC with an interim report which will contain a score and rationale against each supporting question against the NAO Framework.
*Reporting - The auditor will provide a draft report to the Authority which will include DCC’s level of attainment against the NAO Framework. The Authority may ask for iteration of the report before the final version is produced and shared with us.
*Consultation stage – The Authority will publish a summary of report findings and consult on this – no further action is required from the Consultant at this stage.
*Decision – The Authority will consider the responses from stakeholders on the consultation and determine DCC’s retained margin. We may ask the Consultants for further clarification around the scores during this stage.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under the Operational Performance Regime (OPR) contract management incentive, the auditor assesses the DCC’s management of its contracts. The auditor is tasked with using the scope listed in the most up to date version OPR Guidance document to assess DCC’s contract management performance against the National Auditing Office (NAO) Framework.
Main tasks:
*Assessment of DCC’s commercial activity over the course of the Regulatory Year.
*The auditor will provide a score of DCC’s performance using the NAO Framework. Ofgem will use these scores to determine the final score to be awarded to DCC.
The audit will run on an annual basis and have four main stages:
*Evaluation stage – This will run for around six weeks where the auditor will carry out an assessment of DCC’s commercial activity in the Regulatory Year. The auditor will provide DCC with an interim report which will contain a score and rationale against each supporting question against the NAO Framework.
*Reporting - The auditor will provide a draft report to the Authority which will include DCC’s level of attainment against the NAO Framework. The Authority may ask for iteration of the report before the final version is produced and shared with us.
*Consultation stage – The Authority will publish a summary of report findings and consult on this – no further action is required from the Consultant at this stage.
*Decision – The Authority will consider the responses from stakeholders on the consultation and determine DCC’s retained margin. We may ask the Consultants for further clarification around the scores during this stage.
Scope of work is subject to change
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
1 year with the option to extend for up to 3 x 12-month periods
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
Scope and dates subject to change
two.3) Estimated date of publication of contract notice
31 July 2024
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.5) Scheduled date for start of award procedures
5 September 2024
Section six. Complementary information
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional 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=232072.
(MT Ref:232072)
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