Notice Information
Notice Title
2021-175 Interconnector Policy Review
Notice Description
On 13 December 2021 Ofgem published its decision on the interconnector policy review. That decision set out the next steps for GB interconnector regulation for the future, specifically with intent to open a third cap and floor window application round for interconnectors and a cap and floor pilot for multiple-purpose interconnectors (MPIs) in mid-2022. Ahead of those milestones Ofgem will be finalising details of the process and policy during an implementation period - one of those policy areas is how Ofgem assess the needs case of future interconnectors. In the cap and floor regime consumer underwrite interconnectors when their revenues fall beneath a floor level, and money is returned to consumers when those revenues fall above the cap. It is therefore crucial that Ofgem is able to fully understand the impact of future projects on consumer interests. Ofgem concluded through the interconnector policy review that Ofgem should review and update its needs case assessment framework to reflect the full range of impacts of interconnection. Ofgem therefore require consultancy support to help develop this framework for assessing new interconnectors and multiple-purpose interconnectors at the initial project assessment (IPA) stage of the cap and floor regime. Specifically, Ofgem requires: * An interconnector and MPI needs case assessment framework that enables effective and transparent decision making by Ofgem on whether specific projects should be awarded a cap a...ime. * Appropriate indicators and detailed methodologies for the assessment of the impact of specific interconnectors and MPI on the following impact categories; market flows of electricity (socio-economic welfare), network costs (reinforcements), system operability impacts (including ancillary services), decarbonisation, flexibility, security of supply, and competition. * Where possible, these methodologies should enable the quantification and monetisation of the relevant impacts, and the ability to unify those quantified impacts into a cost-benefit analysis. Where not possible, Ofgem expects this methodology to set out the relevant parameters of individual quantitative or qualitative assessment. * A recommendation of the roles and responsibilities within the needs case framework within the context of the cap and floor regime IPA. Specifically, the parties best placed to implement each methodology, for example: Ofgem, independent consultants, the ESO, or the project developer. * A recommendation of the best data sources to lean to inform those methodologies, for example: public data sets, network planning outputs or information provided by project developers. This should include a definitive list of submission materials from project developers to inform the needs case assessment. * The needs case framework should clearly set out how the outputs of each methodology should be combined in order to make a decision on whether a project is in consumers' interest.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-c4b4af70-34af-47f5-a1c7-5b8f77294c48
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/2d5520d8-16d6-4b38-a281-b0414eac8e38
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
09000000 - Petroleum products, fuel, electricity and other sources of energy
09300000 - Electricity, heating, solar and nuclear energy
09310000 - Electricity
71314000 - Energy and related services
79400000 - Business and management consultancy and related services
79410000 - Business and management consultancy services
79411000 - General management consultancy services
79411100 - Business development consultancy services
90713000 - Environmental issues consultancy services
Notice Value(s)
- Tender Value
- £69,900 Under £100K
- Lots Value
- Not specified
- Awards Value
- £69,900 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Feb 20224 years ago
- Submission Deadline
- 24 Jan 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Feb 20224 years ago
- Contract Period
- 14 Feb 2022 - 13 May 2022 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- OFGEM
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- E14 4PU
- Post Town
- East London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI4 Inner London - East
- Small Region (ITL 3)
- TLI42 Tower Hamlets
- Delivery Location
- Not specified
-
- Local Authority
- Tower Hamlets
- Electoral Ward
- Canary Wharf
- Westminster Constituency
- Poplar and Limehouse
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/2d5520d8-16d6-4b38-a281-b0414eac8e38
23rd February 2022 - Awarded contract notice on Contracts Finder -
https://www.mytenders.co.uk/search/show/search_view.aspx?ID=FEB163836
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at the link provided.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-c4b4af70-34af-47f5-a1c7-5b8f77294c48-2022-02-23T17:45:11Z",
"date": "2022-02-23T17:45:11Z",
"ocid": "ocds-b5fd17-c4b4af70-34af-47f5-a1c7-5b8f77294c48",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "MT225519",
"title": "2021-175 Interconnector Policy Review",
"description": "On 13 December 2021 Ofgem published its decision on the interconnector policy review. That decision set out the next steps for GB interconnector regulation for the future, specifically with intent to open a third cap and floor window application round for interconnectors and a cap and floor pilot for multiple-purpose interconnectors (MPIs) in mid-2022. Ahead of those milestones Ofgem will be finalising details of the process and policy during an implementation period - one of those policy areas is how Ofgem assess the needs case of future interconnectors. In the cap and floor regime consumer underwrite interconnectors when their revenues fall beneath a floor level, and money is returned to consumers when those revenues fall above the cap. It is therefore crucial that Ofgem is able to fully understand the impact of future projects on consumer interests. Ofgem concluded through the interconnector policy review that Ofgem should review and update its needs case assessment framework to reflect the full range of impacts of interconnection. Ofgem therefore require consultancy support to help develop this framework for assessing new interconnectors and multiple-purpose interconnectors at the initial project assessment (IPA) stage of the cap and floor regime. Specifically, Ofgem requires: * An interconnector and MPI needs case assessment framework that enables effective and transparent decision making by Ofgem on whether specific projects should be awarded a cap a...ime. * Appropriate indicators and detailed methodologies for the assessment of the impact of specific interconnectors and MPI on the following impact categories; market flows of electricity (socio-economic welfare), network costs (reinforcements), system operability impacts (including ancillary services), decarbonisation, flexibility, security of supply, and competition. * Where possible, these methodologies should enable the quantification and monetisation of the relevant impacts, and the ability to unify those quantified impacts into a cost-benefit analysis. Where not possible, Ofgem expects this methodology to set out the relevant parameters of individual quantitative or qualitative assessment. * A recommendation of the roles and responsibilities within the needs case framework within the context of the cap and floor regime IPA. Specifically, the parties best placed to implement each methodology, for example: Ofgem, independent consultants, the ESO, or the project developer. * A recommendation of the best data sources to lean to inform those methodologies, for example: public data sets, network planning outputs or information provided by project developers. This should include a definitive list of submission materials from project developers to inform the needs case assessment. * The needs case framework should clearly set out how the outputs of each methodology should be combined in order to make a decision on whether a project is in consumers' interest.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "09300000",
"description": "Electricity, heating, solar and nuclear energy"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "09000000",
"description": "Petroleum products, fuel, electricity and other sources of energy"
},
{
"scheme": "CPV",
"id": "71314000",
"description": "Energy and related services"
},
{
"scheme": "CPV",
"id": "79411000",
"description": "General management consultancy services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79410000",
"description": "Business and management consultancy services"
},
{
"scheme": "CPV",
"id": "79411100",
"description": "Business development consultancy services"
},
{
"scheme": "CPV",
"id": "90713000",
"description": "Environmental issues consultancy services"
},
{
"scheme": "CPV",
"id": "09310000",
"description": "Electricity"
}
],
"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": 69900,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2022-01-24T12:00:00Z"
},
"contractPeriod": {
"startDate": "2022-02-14T00:00:00Z",
"endDate": "2022-05-13T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-CFS-84321",
"name": "Ofgem",
"identifier": {
"legalName": "Ofgem"
},
"address": {
"streetAddress": "10 South Colonnade, Canary Wharf",
"locality": "London",
"postalCode": "E14 4PU",
"countryName": "England"
},
"contactPoint": {
"name": "Lynsey Gordon",
"email": "procurement2@ofgem.gov.uk",
"telephone": "+44 2079017000"
},
"details": {
"url": "http://www.ofgem.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-COH-01312453",
"name": "Ove Arup & Partners Ltd",
"identifier": {
"legalName": "Ove Arup & Partners Ltd",
"scheme": "GB-COH",
"id": "01312453"
},
"address": {
"streetAddress": "8 Fitzroy Street, , London"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-84321",
"name": "Ofgem"
},
"awards": [
{
"id": "ocds-b5fd17-c4b4af70-34af-47f5-a1c7-5b8f77294c48-1",
"status": "active",
"date": "2022-02-11T00:00:00Z",
"datePublished": "2022-02-23T17:45:11Z",
"value": {
"amount": 69900,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-COH-01312453",
"name": "Ove Arup & Partners Ltd"
}
],
"contractPeriod": {
"startDate": "2022-02-14T00:00:00Z",
"endDate": "2022-05-13T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/2d5520d8-16d6-4b38-a281-b0414eac8e38",
"datePublished": "2022-02-23T17:45:11Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at the link provided.",
"url": "https://www.mytenders.co.uk/search/show/search_view.aspx?ID=FEB163836"
}
]
}
]
}