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
Professional Advisory Services to Support OFGEM’s OFTO Team
Reference number
2021-071
two.1.2) Main CPV code
- 79410000 - Business and management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
OFTO licences, granted through the competitive process, confer certain rights and responsibilities on OFTOs, including the right to a regulated revenue stream for a defined period in return for provision of transmission services.
Through the tender process, interested parties have the opportunity to bid to become an OFTO. The offshore transmission assets that the OFTO takes ownership of are acquired at a transfer value determined by the Authority. Following transfer of ownership, the OFTO owns and manages the transmission assets (including the cables and associated connection equipment) between the offshore point of connection with the generator and the point of connection with the onshore network.
Following the transfer of ownership, the OFTO is required to comply with the licence conditions. The revenue stream also includes mechanisms which adjust the OFTO’s regulated revenue stream for certain ‘pass-through’ items. The Income Adjusting Event (IAE) is one such ‘pass-through’ revenue adjustment mechanism for costs and expenses that have arisen during the revenue term, for example, due to fault or failure of the system (subject to defined pre-requisites), or at the Authority’s discretion. The Authority is responsible for the decision-making when such claims are made. Other policy development and enforcement actions may also be required during the revenue stream.
This procurement is seeking expert consultancy services to support decision-making and policy development for all such requirements in the regime.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
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
Financial Advisors
Lot No
1
two.2.2) Additional CPV code(s)
- 66171000 - Financial consultancy services
- 66170000 - Financial consultancy, financial transaction processing and clearing-house services
- 72224000 - Project management consultancy services
- 72221000 - Business analysis consultancy services
- 79400000 - Business and management consultancy and related services
- 79411000 - General management consultancy services
- 79412000 - Financial management consultancy services
- 79419000 - Evaluation consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The primary responsibility of the financial advisors, is to assist Ofgem in running an efficient tender and transaction process. This will include preparatory work in advance of the Tender Rounds and evaluating bid submissions in coordination with other appointed technical and insurance advisors. This is to ensure that the most economically advantageous tender is selected. The Preferred Bidder (PB) will then proceed to the transaction stage where Ofgem will require further support to aid the process to Licence Grant (LG) and Financial Close (FC). Effective transfer of knowledge on each stage of the process along with general advice on lessons learned is also required.
All advisors will work collaboratively in the EPQ (Enhanced Pre-Qualification) and ITT (Invitation to Tender) stages. The financial advisor will be fulfilling the role of Lead Evaluator for both the stages, acting as a single point of contact for the Authority, bringing together all of the evaluation sections/reports into final integrated reports.
Further information can be found in the ITT document
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 55
Price - Weighting: 45
two.2.6) Estimated value
Value excluding VAT: £6,520,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Insurance Advisors
Lot No
3
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
- 66510000 - Insurance services
- 66518000 - Insurance brokerage and agency services
- 66518100 - Insurance brokerage services
- 66518200 - Insurance agency services
- 66519310 - Insurance consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The primary responsibility of the Insurance advisors, is to assist Ofgem in running an efficient tender and transaction process. This will include preparatory work in advance of the Tender Rounds and evaluating bid submissions in coordination with other appointed technical and financial advisors. This is to ensure that the most economically advantageous tender is selected and the Preferred Bidder (PB) will then proceed to the transaction stage where Ofgem may require further support to aid the process to Licence Grant (LG) and Financial Close (FC).
Effective transfer of knowledge on each stage of the process along with general advice on lessons learned is also required
All advisors will work collaboratively in the Enhanced Pre-Qualification (EPQ) and Invitation to Tender (ITT) stages. The financial advisor will be fulfilling the role of Lead Evaluator for both the stages, acting as a single point of contact for the Authority, bringing together all of the evaluation sections/reports into final integrated reports. It is expected that all Advisors supporting specific tender processes will coordinate the production within the timescales communicated by Ofgem. In order to achieve this, the lead evaluator will likely set earlier deadlines by which they require all outputs for them to present integrated reports.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 55
Price - Weighting: 45
two.2.6) Estimated value
Value excluding VAT: £640,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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) Description
two.2.1) Title
Technical Advisors
Lot No
2
two.2.2) Additional CPV code(s)
- 71621000 - Technical analysis or consultancy services
- 71600000 - Technical testing, analysis and consultancy services
- 72221000 - Business analysis consultancy services
- 72224000 - Project management consultancy services
- 79400000 - Business and management consultancy and related services
- 79411000 - General management consultancy services
- 79411100 - Business development consultancy services
- 79419000 - Evaluation consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The primary responsibility of the technical advisors, is to assist Ofgem in running an efficient tender and transaction process. This will include preparatory work in advance of the Tender Rounds and evaluating bid submissions in coordination with other appointed financial and insurance advisors. This is to ensure that the most economically advantageous tender is selected and the Preferred Bidder (PB) will then proceed to the transaction stage where Ofgem may require further support to aid the process to Licence Grant (LG) and Financial Close (FC). Effective transfer of knowledge on each stage of the process along with general advice on lessons learned is also required.
All advisors will work collaboratively in the EPQ (Enhanced Pre-Qualification) and ITT (Invitation to Tender) stages. The financial advisor will be fulfilling the role of Lead Evaluator for both the stages, acting as a single point of contact for the Authority, bringing together all of the evaluation sections/reports into final integrated reports. It is expected that all Advisors supporting specific tender processes will coordinate the production within the timescales communicated by Ofgem. In order to achieve this, the lead evaluator will likely set earlier deadlines by which they require all outputs for them to present integrated reports.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 55
Price - Weighting: 45
two.2.6) Estimated value
Value excluding VAT: £1,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Please see the lot specific specification documents 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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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
Originally published as:
Date
27 September 2021
Local time
12:00pm
Changed to:
Date
1 October 2021
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
Tender must be valid until: 25 January 2022
four.2.7) Conditions for opening of tenders
Date
27 September 2021
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 the ITT document 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=223767.
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:223767)
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