Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Office of Gas and Electricity Markets
10 South Colonnade
London
E14 4PU
UK
Telephone: +44 2079017243
E-mail: tendercoordinator@ofgem.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.ofgem.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://ofgem.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://ofgem.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://ofgem.bravosolution.co.uk
I.4) Type of the contracting authority
Other: The Contracting Authority is the Great Britain (‘GB’) Gas and Electricity Markets Authority (‘GEMA’ or the ‘Authority’)
I.5) Main activity
Other: Regulator (GB Gas and Electricity Markets Authority)
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Tender Round 6 (TR6) for the Grant of 3 Offshore Transmission Licences
II.1.2) Main CPV code
65320000
II.1.3) Type of contract
Services
II.1.4) Short description
This OJEU notice concerns the proposed grant of three offshore transmission licences to successful bidders to connect 3 offshore wind farms to the GB onshore grid.
TR6 consists of Beatrice Offshore Wind Farm, Hornsea Project One Offshore Windfarm and East Anglia ONE (the Projects).
The tender process will consist of two stages for each Project: an Enhanced Pre-Qualification (EPQ) stage and an Invitation to Tender (ITT) stage, resulting in selection of preferred bidders. Bidders who qualify at the EPQ stage will “passport” into the ITT stage for all Projects which it has indicated it will participate. Where the maximum number of qualified bidders has not been reached for a Project, an additional EPQ stage may be run.
Any bidder wishing to participate in the EPQ stage for any Project or in an additional EPQ stage, if held, must express their interest as per the requirements in the EPQ documentation.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
3
II.2) Description
Lot No: 1
II.2.1) Title
Offshore Transmission Licence — Beatrice Offshore Wind Farm
II.2.2) Additional CPV code(s)
65320000
II.2.3) Place of performance
NUTS code:
UKM62
II.2.4) Description of the procurement
Within UK territorial waters or the UK Renewable Energy Zone (as defined in the Renewable Energy Zone (Designation of Area) Order 2004 (SI 2004 No. 2668). This project is subject to change. The following is currently identified as a qualifying project under regulation 8(6)(a) of the Electricity (Competitive Tenders for Offshore Transmission Licences) Regulations 2015 (the Tender Regulations). The location listed below is based on the most proximate onshore points or on anticipated onshore connection points. Precise information will be available in the tender documents.
Project: Beatrice Offshore Wind Farm.
Developer: SSE Renewables, Copenhagen Infrastructure Partners, and SDIC Power.
Limited Capacity (MW): 588.
Location: The Outer Moray Firth, 13,5 km off the coast of Caithness, Scotland.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 300
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
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
Lot No: 2
II.2.1) Title
Offshore Transmission Licence — Hornsea Project One Offshore Windfarm
II.2.2) Additional CPV code(s)
65320000
II.2.3) Place of performance
NUTS code:
UKE12
II.2.4) Description of the procurement
Within UK territorial waters or the UK Renewable Energy Zone (as defined in the Renewable Energy Zone (Designation of Area) Order 2004 (SI 2004 No. 2668). This project is subject to change. The following is currently identified as a qualifying project under regulation 8(6)(a) of the Electricity (Competitive Tenders for Offshore Transmission Licences) Regulations 2015 (the Tender Regulations). The location listed below is based on the most proximate onshore points or on anticipated onshore connection points. Precise information will be available in the tender documents.
Project: Hornsea Project One Offshore Wind Farm.
Developer: Ørsted.
Limited Capacity (MW): 1 200.
Location: 120 km East of the Humber Estuary in East Yorkshire.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 300
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
8
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
Lot No: 3
II.2.1) Title
Offshore Transmission Licence — East Anglia One Offshore Windfarm
II.2.2) Additional CPV code(s)
65320000
II.2.3) Place of performance
NUTS code:
UKH14
II.2.4) Description of the procurement
Within UK territorial waters or the UK Renewable Energy Zone (as defined in the Renewable Energy Zone (Designation of Area) Order 2004 (SI 2004 No. 2668). This project is subject to change. The following is currently identified as a qualifying project under regulation 8(6)(a) of the Electricity (Competitive Tenders for Offshore Transmission Licences) Regulations 2015 (the Tender Regulations). The location listed below is based on the most proximate onshore points or on anticipated onshore connection points. Precise information will be available in the tender documents.
Project: East Anglia One.
Developer: Scottish Power.
Limited Capacity (MW): 714.
Location: 48 km off the coast of Suffolk in the Southern North Sea.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 300
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates:
8
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/02/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Ofgem
London
E144PU
UK
E-mail: tendercoordinator@ofgem.gov.uk
Internet address(es)
URL: https://www.ofgem.gov.uk/
VI.5) Date of dispatch of this notice
30/11/2018