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