Contract

Support for development of an OFTO-build model for non-radial offshore transmission infrastructure

  • Ofgem

F03: Contract award notice

Notice identifier: 2023/S 000-037027

Procurement identifier (OCID): ocds-h6vhtk-03ea5e

Published 15 December 2023, 5:01pm



Section one: Contracting authority

one.1) Name and addresses

Ofgem

10 South Colonnade, Canary Wharf

London

E14 4PU

Email

Allan.Weir@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.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

Support for development of an OFTO-build model for non-radial offshore transmission infrastructure

Reference number

2023-076

two.1.2) Main CPV code

  • 71620000 - Analysis services

two.1.3) Type of contract

Services

two.1.4) Short description

Conduct an in-depth analysis on the roles and responsibilities of the respective parties and level of risk dependent on roles undertaken, including by assessing sub-categories of risk.

Conduct an in-depth analysis on financing. In particular, how to obtain the best possible finance at the lowest cost to consumers; determining availability of construction finance; conduct an evaluation of the market and assess the market’s appetite for new class of assets, by comparison to existing classes; and consider how consumers will benefit from any refinancing eg, how will any claw-back mechanism work for an OFTO Build.

Act in an advisory capacity, providing advice to Ofgem on how best Ofgem could design a process which would incentivise timely delivery for OFTOs – taking into full consideration reward and risk.

This includes providing advice on elements of the tender process such as: the optimum timing of competitive tender process, duration of the tender process and adjustments to the existing OFTO model to facilitate an OFTO Build, for Ofgem to then build and implement the process.

Provide advice support on the treatment of the Tender Revenue Stream (TRS). In particular, looking at the adjustments required to the revenue structure to accommodate shared infrastructure.

Provide advice on potential changes to Codes and Standards and other industry arrangements to facilitate an OFTO Build.

These areas are among those which Ofgem have identified as significant and are carrying out further stakeholder engagement on these matters. The successful tenderer will be expected to view the material and feedback Ofgem have received to date, to ensure that it has full consideration of the area’s it is expected to provide advice.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £376,290

two.2) Description

two.2.2) Additional CPV code(s)

  • 66171000 - Financial consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 79411000 - General management consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The Supplier will act in an advisory capacity to support the Authority development of an OFTO build model and in doing so, facilitate offshore coordination. With regards to specific outputs, the Supplier will:

Conduct an in-depth analysis on the roles and responsibilities of the respective parties and level of risk dependent on roles undertaken, including by assessing sub-categories of risk.

Conduct an in-depth analysis on financing. In particular, how to obtain the best possible finance at the lowest cost to consumers; determining availability of construction finance; conduct an evaluation of the market and assess the market’s appetite for new class of assets, by comparison to existing classes; and consider how consumers will benefit from any refinancing eg, how will any claw-back mechanism work for an OFTO Build.

Act in an advisory capacity, providing advice to the Authority on how best the Authority could design a process which would incentivise timely delivery for OFTOs – taking into full consideration reward and risk.

This includes providing advice on elements of the tender process such as: the optimum timing of competitive tender process, duration of the tender process and adjustments to the existing OFTO model to facilitate an OFTO Build, for the Authority to then build and implement the process.

Provide advice support on the treatment of the Tender Revenue Stream (TRS). In particular, looking at the adjustments required to the revenue structure to accommodate shared infrastructure.

Provide advice on potential changes to Codes and Standards and other industry arrangements to facilitate an OFTO Build.

These areas are among those which the Authority have identified as significant and are carrying out further stakeholder engagement on these matters. The Supplier will be expected to view the material and feedback the Authority have received to date, to ensure that it has full consideration of the area’s it is expected to provide advice.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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 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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-021607


Section five. Award of contract

Contract No

2023-076

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

2 November 2023

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

CEPA LLP

Queens House, 55-56 Lincoln’s Inn Fields

London

WC2A 3LJ

Email

nick.hodges@cepa.co.uk

Telephone

+44 02072690210

Country

United Kingdom

NUTS code
  • UKI - London
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £376,290

five.2.5) Information about subcontracting

The contract is likely to be subcontracted

Value or proportion likely to be subcontracted to third parties

Value excluding VAT: £188,145

Proportion: 50 %

Short description of the part of the contract to be subcontracted

The sub-contractor will be leading multiple workstreams and contributing to writing of deliverables.


Section six. Complementary information

six.3) Additional information

(MT Ref:230694)

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