Construction Contract Leads
Yorkshire and the Humber
Category Services
Type
No. of Lots 1
Status Active
Published 13th Feb 2024
Reference | ocds-h6vhtk-0439ea |
Common Procurement Vocabulary | Operation of electrical installations |
Procurement Method | Competitive procedure with negotiation |
Value | - |
Yorkshire and the Humber
Category Services
Type
No. of Lots 1
Status Active
Published 13th Feb 2024
Reference | ocds-h6vhtk-0439ea |
Common Procurement Vocabulary | Operation of electrical installations |
Procurement Method | Competitive procedure with negotiation |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Office of Gas and Electricity Markets
10 South Colonnade
London
E14 4PU
tendercoordinator [at] ofgem.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ofgem.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned 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 type
The contracting authority is the Great Britain ('GB') Gas and Electricity Markets Authority ('GEMA' or the 'Authority')
I.5) Main activity
Other activity
Regulation
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Tender Round 11 (TR11) for the grant of one offshore transmission licence
II.1.2) Main CPV code
- 65320000 - Operation of electrical installations
II.1.3) Type of contract
Services
II.1.4) Short description
This notice concerns the proposed grant of one offshore transmission licence to a successful bidder to connect an offshore wind farm to the GB onshore grid. TR11 consists of one project - Dogger Bank B Offshore Wind Farm (the Project). The tender process will consist of two stages for the Project: an Enhanced Pre-Qualification (EPQ) stage and an Invitation to Tender (ITT) stage, resulting in the selection of a preferred bidder. Any bidder wishing to participate in the EPQ stage for the Project, must express their interest as per the requirements in the EPQ documentation.
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
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: Dogger Bank B Offshore Wind Farm
Developer: SSE Renewables, Equinor and Vårgrønn
Limited Capacity (MW): 1200
Location: 131km (at the nearest point) from the North East coast of England.
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
Maximum number: 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
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 the 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
1 May 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
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
tendercoordinator [at] ofgem.gov.uk
Country
United Kingdom