Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

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

  • First published: 16 December 2023
  • Last modified: 16 December 2023
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ea5e
Published by:
Ofgem
Authority ID:
AA22043
Publication date:
16 December 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

Ofgem

10 South Colonnade, Canary Wharf

London

E14 4PU

UK

Telephone: +44 2079017000

E-mail: Allan.Weir@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.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

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

Reference number: 2023-076

II.1.2) Main CPV code

71620000

 

II.1.3) Type of contract

Services

II.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.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 376 290.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

66171000

71621000

79411000

II.2.3) Place of performance

NUTS code:

UK

II.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.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 60

Price / Weighting:  40

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 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: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-021607

Section V: Award of contract

Contract No: 2023-076

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

02/11/2023

V.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from 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

V.2.3) Name and address of the contractor

CEPA LLP

Queens House, 55-56 Lincoln’s Inn Fields

London

WC2A 3LJ

UK

Telephone: +44 02072690210

E-mail: nick.hodges@cepa.co.uk

NUTS: UKI

The contractor is an SME: No

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

Total value of the contract/lot: : 376 290.00  GBP

V.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: 188 145.00 GBP

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 VI: Complementary information

VI.3) Additional information

(MT Ref:230694)

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

15/12/2023

Coding

Commodity categories

ID Title Parent category
71620000 Analysis services Technical testing, analysis and consultancy services
66171000 Financial consultancy services Financial consultancy, financial transaction processing and clearing-house services
79411000 General management consultancy services Business and management consultancy services
71621000 Technical analysis or consultancy services Analysis services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Allan.Weir@ofgem.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.