Award

PS23064 SMIP Regulatory Design Services

BEIS

This public procurement record has 1 release in its history.

Award

20 Jul 2023 at 15:16

Summary of the contracting process

The Department for Business, Energy & Industrial Strategy (BEIS) has awarded a contract for regulatory design services titled "PS23064 SMIP Regulatory Design Services" to Yellow Wood Ltd. The procurement involves the development of technical and regulatory standards related to smart metering in Great Britain, with services starting from April 1, 2023, and running until March 31, 2025. The procurement method used was selective, calling off from a dynamic purchasing system, with a tender period ending on March 10, 2023. The contract value amounts to £1,313,280 GBP.

This contract presents an opportunity for businesses specializing in business and management consultancy services to participate in the provision of regulatory design expertise for the smart metering system in Great Britain. Small and medium-sized enterprises (SMEs) will find this tender particularly suited for their capabilities. The specific industry category for this opportunity is business and management consultancy and related services. Businesses interested in this tender should have expertise in energy industry licenses, technical and business requirements, and regulatory design to support the transition to net zero carbon emissions in the energy sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PS23064 SMIP Regulatory Design Services

Notice Description

***** THIS IS AN AWARD NOTICE, NOT A CALL FOR COMPETITION ***** This procurement is being concluded following a mini competition under the CCS Heat Networks and Electricity Generation Assets (HELGA) DPS RM3824 Brief Description of Requirement Background In order to meet its public policy goals, including the preservation of customers' ability to switch energy suppliers and to receive information on energy consumption, ESNZ has put in place technical and regulatory standards in relation to smart metering in Great Britain. These include specifications relating to smart electricity and gas meters, In Home Displays and the communications protocols transferring information between them. ESNZ's roles include: the further development of Smart Energy Code (SEC) and licence amendments to enable the delivery of SMETS1 enrolment into the DCC system, the delivery of 4G Communications Hubs, continuity of data and other services required to maintain smart services, and the resolution of issues that could impact the rollout and ensuring that the smart metering system is best placed to support the transition to net zero carbon emissions. Services Required The Programme requires specialist capabilities to undertake this role not available in the public sector. This requirement is for services to begin from 1st April 2023 and to run through to 31st March 2025. The requirement is for a single supplier to provide services relating to regulatory design expertise, particularly on technical and business requirements. The specialism required includes knowledge of the suite of energy industry licences and codes which the SEC interacts with, as well as deep knowledge of the SEC itself. The capabilities that the Programme seeks from its service provider are: - SEC and other energy industry code expert knowledge, and understanding of the policies underpinning the provisions of the SEC; - Energy industry licence expert knowledge; - Ability to propose and draft amendments to the SEC (and potentially other energy industry Codes) and licences in order to address issues or increase the scope of DCC Services or modify DCC or rights, obligations and incentives; - Capability to assure new or revised SEC Subsidiary Documents and Testing Approach Documents; - Ability to assure commercial agreements and technical and business requirements documents, including their relationship to regulatory requirements; and - Ability to provide expert advice on SEC Party compliance with their obligations.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-6787c909-57cc-4012-aed4-47b6876bb5c2
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/a6676854-09e4-4922-a877-957553c3d8d8
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Call-off from a dynamic purchasing system
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79400000 - Business and management consultancy and related services

Notice Value(s)

Tender Value
£1,350,000 £1M-£10M
Lots Value
Not specified
Awards Value
£1,313,280 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jul 20232 years ago
Submission Deadline
10 Mar 2023Expired
Future Notice Date
Not specified
Award Date
17 Apr 20232 years ago
Contract Period
10 Apr 2023 - 31 Mar 2025 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BEIS
Contact Name
Not specified
Contact Email
professionalservices@uksbs.co.uk
Contact Phone
Not specified

Buyer Location

Locality
SWINDON,
Postcode
SN2 1FF
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK71 Swindon
Delivery Location
Not specified

Local Authority
Swindon
Electoral Ward
Rodbourne Cheney
Westminster Constituency
Swindon North

Supplier Information

Number of Suppliers
1
Supplier Name

YELLOW WOOD

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-6787c909-57cc-4012-aed4-47b6876bb5c2-2023-07-20T16:16:16+01:00",
    "date": "2023-07-20T16:16:16+01:00",
    "ocid": "ocds-b5fd17-6787c909-57cc-4012-aed4-47b6876bb5c2",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_338833/1238720",
        "title": "PS23064 SMIP Regulatory Design Services",
        "description": "***** THIS IS AN AWARD NOTICE, NOT A CALL FOR COMPETITION ***** This procurement is being concluded following a mini competition under the CCS Heat Networks and Electricity Generation Assets (HELGA) DPS RM3824 Brief Description of Requirement Background In order to meet its public policy goals, including the preservation of customers' ability to switch energy suppliers and to receive information on energy consumption, ESNZ has put in place technical and regulatory standards in relation to smart metering in Great Britain. These include specifications relating to smart electricity and gas meters, In Home Displays and the communications protocols transferring information between them. ESNZ's roles include: the further development of Smart Energy Code (SEC) and licence amendments to enable the delivery of SMETS1 enrolment into the DCC system, the delivery of 4G Communications Hubs, continuity of data and other services required to maintain smart services, and the resolution of issues that could impact the rollout and ensuring that the smart metering system is best placed to support the transition to net zero carbon emissions. Services Required The Programme requires specialist capabilities to undertake this role not available in the public sector. This requirement is for services to begin from 1st April 2023 and to run through to 31st March 2025. The requirement is for a single supplier to provide services relating to regulatory design expertise, particularly on technical and business requirements. The specialism required includes knowledge of the suite of energy industry licences and codes which the SEC interacts with, as well as deep knowledge of the SEC itself. The capabilities that the Programme seeks from its service provider are: - SEC and other energy industry code expert knowledge, and understanding of the policies underpinning the provisions of the SEC; - Energy industry licence expert knowledge; - Ability to propose and draft amendments to the SEC (and potentially other energy industry Codes) and licences in order to address issues or increase the scope of DCC Services or modify DCC or rights, obligations and incentives; - Capability to assure new or revised SEC Subsidiary Documents and Testing Approach Documents; - Ability to assure commercial agreements and technical and business requirements documents, including their relationship to regulatory requirements; and - Ability to provide expert advice on SEC Party compliance with their obligations.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79400000",
            "description": "Business and management consultancy and related services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 1350000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Call-off from a dynamic purchasing system",
        "tenderPeriod": {
            "endDate": "2023-03-10T11:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-04-04T00:00:00+01:00",
            "endDate": "2025-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-252210",
            "name": "BEIS",
            "identifier": {
                "legalName": "BEIS"
            },
            "address": {
                "streetAddress": "Polaris House, North Star Avenue,",
                "locality": "Swindon,",
                "postalCode": "SN2 1FF",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "professionalservices@uksbs.co.uk"
            },
            "details": {
                "url": "http://www.uksbs.co.uk"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-06410610",
            "name": "Yellow Wood Ltd",
            "identifier": {
                "legalName": "Yellow Wood Ltd",
                "scheme": "GB-COH",
                "id": "06410610"
            },
            "address": {
                "streetAddress": "UNITED KINGDOM"
            },
            "details": {
                "scale": "large",
                "vcse": true
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-252210",
        "name": "BEIS"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-6787c909-57cc-4012-aed4-47b6876bb5c2-1",
            "status": "active",
            "date": "2023-04-18T00:00:00+01:00",
            "datePublished": "2023-07-20T16:16:16+01:00",
            "value": {
                "amount": 1313280,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-06410610",
                    "name": "Yellow Wood Ltd"
                }
            ],
            "contractPeriod": {
                "startDate": "2023-04-11T00:00:00+01:00",
                "endDate": "2025-03-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/a6676854-09e4-4922-a877-957553c3d8d8",
                    "datePublished": "2023-07-20T16:16:16+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/0158310b-e258-4d17-b70a-03f7b9978795",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}