The Department for Business, Energy and Industrial Strategy (BEIS) has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Supplier Obligation Forecasting Model |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Department of Energy and Climate Change (DECC), the Contracting Authority, is seeking an innovative private sector supplier to develop a financial model and forecasting system to provide the Counterparty with the forecasting tools to manage its CfD and Supplier Obligation cash flows. The supplier will be required to provide for the scoping, design, build, testing, hand-over and support & maintenance of this financial model and forecasting system through an initial contract from June 2014 to June 2015 (including a 3 months retention period). This timescale is subject to change pending successful passage of Electricity Market Reform implementation legislation. The model will endogenously model GB power market supply and demand and forecast GB market power prices, forecast Counterparty cashflows on a short-term basis including settlement data, and provide a 5 year CfD and Supplier Obligation cashflow forecast. The requirement includes the publication of model data and functionality to industry stakeholders. The supplier may be required to provide an optional proposal for support & maintenance of the model for a period of 12 months starting from April 2015. The supplier may be required to provide an optional proposal for hosting services to DECC, both a) for a period of 9 months starting from June 2014; and b) for a 12 months extension. DECC anticipate delivery of all the above services to be contracted directly with DECC initially. However, DECC expect to novate any contract to the designated CfD Counterparty in summer 2014, subject to the will of Parliament. It is anticipated that the supplier will need to deliver the services from June 2014. Further details are set out in the Invitation to Tender (ITT) document. Further details on requirements and specification can be found in the Invitation to tender (ITT). |
Published: | 02/04/2014 16:31 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
The Department of Energy, Climate and Change
55, Whitehall Place, London, SW1A 2AW, United Kingdom
Tel. +44 3000685091, Email: wafa.jafri@decc.gsi.gov.uk, URL: www.decc.gov.uk
Contact: Wafa Jafri, Attn: Wafa Jafri
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Other: Forecasting for the department of Energy and Climate Change
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Supplier Obligation Forecasting Model
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 11
Region Codes: UKI - LONDON
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Analytical, scientific, mathematical or forecasting software package. Mathematical or forecasting software package. Analytical, scientific, mathematical or forecasting software development services. Mathematical or forecasting software development services. Financial analysis software package. Financial systems software package. Financial information systems. Financial consultancy, financial transaction processing and clearing-house services. Department of Energy and Climate Change (DECC), the Contracting Authority, is seeking an innovative private sector supplier to develop a financial model and forecasting system to provide the Counterparty with the forecasting tools to manage its CfD and Supplier Obligation cash flows.
The supplier will be required to provide for the scoping, design, build, testing, hand-over and support & maintenance of this financial model and forecasting system through an initial contract from June 2014 to June 2015 (including a 3 months retention period). This timescale is subject to change pending successful passage of Electricity Market Reform implementation legislation.
The model will endogenously model GB power market supply and demand and forecast GB market power prices, forecast Counterparty cashflows on a short-term basis including settlement data, and provide a 5 year CfD and Supplier Obligation cashflow forecast. The requirement includes the publication of model data and functionality to industry stakeholders.
The supplier may be required to provide an optional proposal for support & maintenance of the model for a period of 12 months starting from April 2015.
The supplier may be required to provide an optional proposal for hosting services to DECC, both a) for a period of 9 months starting from June 2014; and b) for a 12 months extension.
DECC anticipate delivery of all the above services to be contracted directly with DECC initially. However, DECC expect to novate any contract to the designated CfD Counterparty in summer 2014, subject to the will of Parliament.
It is anticipated that the supplier will need to deliver the services from June 2014. Further details are set out in the Invitation to Tender (ITT) document.
Further details on requirements and specification can be found in the Invitation to tender (ITT).
II.1.6)Common Procurement Vocabulary:
48460000 - Analytical, scientific, mathematical or forecasting software package.
48462000 - Mathematical or forecasting software package.
72212460 - Analytical, scientific, mathematical or forecasting software development services.
72212462 - Mathematical or forecasting software development services.
48441000 - Financial analysis software package.
48442000 - Financial systems software package.
48812000 - Financial information systems.
66170000 - Financial consultancy, financial transaction processing and clearing-house services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The maximum value for the delivery of this contract including the following options is 540 000 GBP excluding VAT. The maximum contract term without options is until June 2015. The following extensions to this contract will be evaluated and taken up if they provide the best value for money.
9 months hosting starting from June 2014 to March 2015
12 months hosting starting from April 2015 to April 2016
12 months support & maintenance from April 2015 to 31 March 2016
Estimated value excluding VAT: 540,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The following extensions to this contract will be evaluated and taken up if they provide the best value for money.
9 months hosting starting from June 2014 to March 2015
12 months hosting starting from April 2015 to April 2016
12 months support & maintenance from April 2015 to 31 March 2016
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 24 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
See the invitation to Tender for details of requirements to be met to carry out this contract.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
See the invitation to Tender for details of requirements to be met to carry out this contract
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
See the invitation to Tender for details of requirements to be met to carry out this contract
Minimum Level(s) of standards possibly required:
See the invitation to Tender for details of requirements to be met to carry out this contract.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
See the invitation to Tender for details of requirements to be met to carry out this contract.
Minimum Level(s) of standards possibly required:
See the invitation to Tender for details of requirements to be met to carry out this contract.
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: TRN804/03/2014
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 19/05/2014
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 20/05/2014
Time: 17:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 9
IV.3.8)Conditions for opening tenders
Date: 27/05/2014
Time: 17:00
Place:
55 Whitehall, London SW1A2AW
Persons authorised to be present at the opening of tenders: Yes
Any two of the following people will be present at tender opening;
Phillip Paul, Graham Geddes, Ming Teh, Simon Chignell, Wafa Jafri
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=94476233
GO-201442-PRO-5574713 TKR-201442-PRO-5574712
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Department of Energy and Climate Change
55 Whitehall, London, SW1A 2AW, United Kingdom
Tel. +44 3000685091, Email: wafa.jafri@decc.gsi.gov.uk, URL: www.decc.gov.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 02/04/2014
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
CFD Counterparty Company Ltd
3 Whitehall Place, London, SW1A 2AH, United Kingdom
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
2: Contracting Authority
Electricity Settlements Company Ltd
3 Whitehall place, London, SW1A 2AH, United Kingdom