Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Ofgem
  10 South Colonnade, Canary Wharf
  London
  E14 4PU
  UK
  
            Telephone: +44 2079017000
  
            E-mail: procurement2@ofgem.gov.uk
  
            NUTS: UKI
  Internet address(es)
  
              Main address: http://www.ofgem.gov.uk
  
              Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA10021
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.mytenders.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.mytenders.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
2024-030
            Reference number: Non-Domestic Renewable Heat Incentive Statistical and Targeted Audits
  II.1.2) Main CPV code
  79212000
 
  II.1.3) Type of contract
  Services
  II.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.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    79212300
    90714000
    90714300
    09300000
    65400000
    71314000
    71314200
    II.2.3) Place of performance
    NUTS code:
    UK
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.
    II.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
    II.2.5) Award criteria
    Criteria below:
    
                    Quality criterion: Technical
                    / Weighting: 70
    
                    Price
                    
                      / Weighting: 
                      30
    II.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.
    II.2.9) Information about the limits on the number of candidates to be invited
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              No
            
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
    II.2.14) Additional information
    Please refer to the 2024-030 NDRHI Stat and Target Audits ITT document attached.
   
 
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
  III.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.
  III.1.2) Economic and financial standing
  Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
  Selection criteria as stated in the procurement documents
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  Please refer to the 2024-030 NDRHI Stat and Target Audits ITT document attached.
  III.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 IV: Procedure
IV.1) Description
  IV.1.1) Type of procedure
  
                        Open procedure
                        
  IV.1.8) Information about Government Procurement Agreement (GPA)
  
                The procurement is covered by the Government Procurement Agreement:
                
        Yes
      
 
IV.2) Administrative information
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              29/05/2024
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.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)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              29/05/2024
  
              Local time: 12:00
 
Section VI: Complementary information
VI.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.
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.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)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Public Procurement Review Service
    Cabinet Office
    London
    UK
    
            Telephone: +44 3450103503
    
            E-mail: publicprocurementreview@cabinetoffice.gov.uk
    Internet address(es)
    
              URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
   
 
VI.5) Date of dispatch of this notice
24/04/2024