Tender

2024-133 RIIO-3 Independent Technical Adviser

OFGEM

This public procurement record has 4 releases in its history.

TenderUpdate

09 Apr 2026 at 15:50

TenderUpdate

27 Mar 2026 at 15:42

Tender

25 Feb 2026 at 16:12

Planning

20 Jun 2025 at 12:02

Summary of the contracting process

The procurement process is being led by Ofgem, a public authority operating at sub-central government level in the UK, seeking Independent Technical Advisers (ITA) to provide assurance on the design, procurement, cost, and overall delivery of load-related electricity projects under the RIIO-3 framework. This service-related tender is operating under an open procedure and aims to establish a framework agreement with up to three organisations. The location for these services is the United Kingdom, and the procurement falls within the consultative engineering and construction services sector, specifically technical analysis or consultancy services. Currently in the tender update stage, the submission deadline has been extended to 20th April 2026, with the award of contracts anticipated by 28th May 2026. The contract period is scheduled to span from 30th June 2026 to 29th June 2031, aligning with the RIIO-3 price control term.

This tender offers substantial business growth opportunities, particularly for companies specialising in independent assessment of large-scale electricity transmission projects. The framework agreement encourages small and medium-sized enterprises (SMEs) to participate, promoting diverse competition. Businesses equipped with the capability to deliver high-quality technical and cost assurance, along with flexibility across multiple projects, will be well-placed to compete. The total estimated value of the tender is approximately £25 million, presenting significant potential for businesses to secure long-term projects and enhance their market reputation by engaging with Ofgem, a key regulatory body in the energy sector.

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

Notice Title

2024-133 RIIO-3 Independent Technical Adviser

Notice Description

Ofgem is seeking to appoint up to three organisations to fulfil the role of Independent Technical Adviser (ITA) as part of a framework agreement. The ITA will be an independent body responsible for providing assurance to Ofgem on the design, procurement, cost and overall delivery of selected load-related projects across all electricity Transmission Owners (TOs). The objective of ITA assurance is to support enhanced and accelerated regulatory decision-making and processes. Further information can be found in the attached ITT document.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0550e3
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/032595-2026
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71310000 - Consultative engineering and construction services

71621000 - Technical analysis or consultancy services

Notice Value(s)

Tender Value
£20,833,333 £10M-£100M
Lots Value
£20,833,333 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Apr 20262 days ago
Submission Deadline
20 Apr 20261 weeks to go
Future Notice Date
28 Aug 2025Expired
Award Date
Not specified
Contract Period
29 Jun 2026 - 29 Jun 2031 Over 5 years
Recurrence
Not specified

Notice Status

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

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

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-h6vhtk-0550e3-2026-04-09T16:50:03+01:00",
    "date": "2026-04-09T16:50:03+01:00",
    "ocid": "ocds-h6vhtk-0550e3",
    "initiationType": "tender",
    "planning": {
        "documents": [
            {
                "id": "034054-2025",
                "documentType": "plannedProcurementNotice",
                "noticeType": "UK1",
                "description": "Pipeline notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/034054-2025",
                "datePublished": "2025-06-20T13:02:05+01:00",
                "format": "text/html"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-PPON-PWXD-5991-LZZP",
            "name": "Ofgem",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PWXD-5991-LZZP"
            },
            "address": {
                "streetAddress": "10 South Colonnade",
                "locality": "London",
                "postalCode": "E14 4PU",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKI42"
            },
            "contactPoint": {
                "name": "Rebecca Green",
                "email": "procurement2@ofgem.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.ofgem.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PWXD-5991-LZZP",
        "name": "Ofgem"
    },
    "tender": {
        "id": "2024-133",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "2024-133 RIIO-3 Independent Technical Adviser",
        "description": "Ofgem is seeking to appoint up to three organisations to fulfil the role of Independent Technical Adviser (ITA) as part of a framework agreement. The ITA will be an independent body responsible for providing assurance to Ofgem on the design, procurement, cost and overall delivery of selected load-related projects across all electricity Transmission Owners (TOs). The objective of ITA assurance is to support enhanced and accelerated regulatory decision-making and processes. Further information can be found in the attached ITT document.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71310000",
                        "description": "Consultative engineering and construction services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71621000",
                        "description": "Technical analysis or consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-06-30T00:00:00+01:00",
                    "endDate": "2031-06-29T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 25000000,
                    "amount": 20833333,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Assessment of the quality of the tender response in accordance with the evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Assessment of price in accordance with the commercial evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Assessment of the quality of the tender response in accordance with the evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Assessment of price in accordance with the commercial evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical",
                            "description": "Assessment of the quality of the tender response in accordance with the evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 70,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "price",
                            "name": "Commercial",
                            "description": "Assessment of price in accordance with the commercial evaluation methodology set out in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Participation is open to economic operators that are legally constituted and able to enter into a legally binding contract with Ofgem. Suppliers must not be subject to any mandatory or discretionary exclusion grounds under applicable procurement legislation. Legal standing will be assessed via the Procurement Specific Questionnaire. Suppliers must demonstrate appropriate financial standing and economic capacity to deliver the services. Financial standing will be assessed as part of the Procurement Specific Questionnaire and may include financial and credit checks undertaken by Ofgem."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers must demonstrate appropriate technical capability and experience to deliver independent technical and cost assurance services for major electricity transmission infrastructure projects. This includes the ability to provide assurance across design, procurement, cost and delivery, and to resource work flexibly across multiple projects where required. Technical capability will be assessed as part of the Procurement Specific Questionnaire and the tender evaluation process."
                        },
                        {
                            "type": "economic",
                            "description": "Participation is open to economic operators that are legally constituted and able to enter into a legally binding contract with Ofgem. Suppliers must not be subject to any mandatory or discretionary exclusion grounds under applicable procurement legislation. Legal standing will be assessed via the Procurement Specific Questionnaire. Suppliers must demonstrate appropriate financial standing and economic capacity to deliver the services. Financial standing will be assessed as part of the Procurement Specific Questionnaire and may include financial and credit checks undertaken by Ofgem."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers must demonstrate appropriate technical capability and experience to deliver independent technical and cost assurance services for major electricity transmission infrastructure projects. This includes the ability to provide assurance across design, procurement, cost and delivery, and to resource work flexibly across multiple projects where required. Technical capability will be assessed as part of the Procurement Specific Questionnaire and the tender evaluation process."
                        },
                        {
                            "type": "economic",
                            "description": "Participation is open to economic operators that are legally constituted and able to enter into a legally binding contract with Ofgem. Suppliers must not be subject to any mandatory or discretionary exclusion grounds under applicable procurement legislation. Legal standing will be assessed via the Procurement Specific Questionnaire. Suppliers must demonstrate appropriate financial standing and economic capacity to deliver the services. Financial standing will be assessed as part of the Procurement Specific Questionnaire and may include financial and credit checks undertaken by Ofgem."
                        },
                        {
                            "type": "technical",
                            "description": "Suppliers must demonstrate appropriate technical capability and experience to deliver independent technical and cost assurance services for major electricity transmission infrastructure projects. This includes the ability to provide assurance across design, procurement, cost and delivery, and to resource work flexibly across multiple projects where required. Technical capability will be assessed as part of the Procurement Specific Questionnaire and the tender evaluation process."
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-08-28T23:59:59+01:00"
        },
        "status": "active",
        "value": {
            "amountGross": 25000000,
            "amount": 20833333,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 3,
                "method": "withAndWithoutReopeningCompetition",
                "periodRationale": "Ofgem are looking to operate a Framework Agreement that will have a duration of five years as opposed to four, with the later typical under the Procurement Act 2023. Given the nature of the services required of the ITA means that a longer term is required. This is because aligning closely with the RIIO-3 price control term length (eg RIIO-3 April 2026-March 2031) offers practical benefits to the services being provided by the ITA, primarily, improved clarity to relevant stakeholders regarding what can be expected across the entire price control.",
                "type": "closed",
                "description": "The framework will operate on a call-off basis for the duration of the framework term. Call-off contracts will be awarded in accordance with the framework agreement and applicable public procurement legislation. Prices will be based on the daily rates submitted by suppliers as part of their tender and evaluated at framework award stage. Call-off contracts will be awarded in accordance with the framework agreement, either by direct award or following a further competition, with pricing determined by the applicable framework rates and the requirements of the individual call-off."
            }
        },
        "submissionMethodDetails": "Via www.mytenders.co.uk",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-20T12:00:00+01:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-03-20T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-05-28T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "L-2",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=632918"
            },
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "017065-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/017065-2026",
                "datePublished": "2026-02-25T16:12:16Z",
                "format": "text/html"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Invitation to Tender",
                "url": "https://www.mytenders.co.uk/Authority/NoticeBuilder/NoticeBuilder_FileDownload.aspx?id=632918"
            },
            {
                "id": "028673-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/028673-2026",
                "datePublished": "2026-03-27T15:42:41Z",
                "format": "text/html"
            },
            {
                "id": "032595-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/032595-2026",
                "datePublished": "2026-04-09T16:50:03+01:00",
                "format": "text/html"
            }
        ],
        "contractTerms": {
            "financialTerms": "Payment will be made in accordance with the framework agreement and applicable call-off contracts. Charges shall be based on the agreed daily rates submitted by the supplier at tender stage and applied in line with the requirements of the relevant call-off. Payment will be subject to the satisfactory delivery of services and submission of valid invoices in accordance with the contract terms. Further details of invoicing, payment timing and any reporting requirements are set out in the framework and call-off contract documentation."
        },
        "riskDetails": "Key risks to the successful delivery of the contract include: * Availability and retention of suitably skilled and experienced resources over the contract period; * Conflicts of interest arising from suppliers' wider market activities and relationships with Transmission Owners or their supply chains; * The variable and evolving nature of the scope of work across RIIO-3, including changes in project eligibility, volume and timing; * Dependence on timely provision of information and cooperation from third parties, including Transmission Owners; and * The complexity and scale of electricity transmission projects, which may impact delivery timelines and assurance activities. These risks will be managed through contractual controls, governance arrangements, reporting requirements and performance management mechanisms as set out in the framework and call-off contracts.",
        "amendments": [
            {
                "id": "028673-2026",
                "description": "Change to the tender submission date from 07 April 2026 at 12 noon to 14 April 2026 at 12 noon"
            },
            {
                "id": "032595-2026",
                "description": "Due to issues with the mytender system, uploaded documents added to the notice are not showing. Mytenders are aware and looking in to this. Thererfore, to allow time for bidders to review these documents, the closing date is being pushed back a week with the view that the system has been fixed by Monday to allow the document to show. To note for bidders, the changes to the terms are minimal and likely will not result in fundamental changes needed to be made to bids."
            }
        ]
    },
    "language": "en"
}