The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Ageing Society and Clean Growth Grand Challenge ‘Home of 2030’ Design Competition: Design and Delivery Partner |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | BEIS seeks a lead partner to develop and deliver a national design competition for the Home of 2030. The aim of this project is to engage industry and the public around a vision of the building of tomorrow – addressing gaps in the current market, for housing that is energy efficient, suitable for changing needs across a lifetime, good value and scaleable. This project was announced by the energy minister Claire Perry at Green GB Week 2018. BEIS require a delivery partner who has varied and broad development industry, professional and academic connections, with experience in bringing together disparate consortia to solve challenges in order to have the transformational impact required of this project. Elements of the work outlined can be subcontracted by the lead delivery partner, but the lead delivery partner will have overall responsibility for the delivery of work. For background information, please see the Invitation To Tender. |
Published: | 24/04/2019 10:13 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department for Business, Energy and Industrial Strategy
1 Victoria Street,, London,, SW1H 0ET, United Kingdom
Tel. +44 7341092456, Email: bethan.ellis@beis.gov.uk
Contact: Bethan Ellis
Main Address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London%2C:-Research-services./E84VM7CD8F
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-London%2C:-Research-services./E84VM7CD8F to the abovementioned 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: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Ageing Society and Clean Growth Grand Challenge ‘Home of 2030’ Design Competition: Design and Delivery Partner
Reference Number: 1880/04/2019
II.1.2) Main CPV Code:
73110000 - Research services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: BEIS seeks a lead partner to develop and deliver a national design competition for the Home of 2030. The aim of this project is to engage industry and the public around a vision of the building of tomorrow – addressing gaps in the current market, for housing that is energy efficient, suitable for changing needs across a lifetime, good value and scaleable. This project was announced by the energy minister Claire Perry at Green GB Week 2018.
BEIS require a delivery partner who has varied and broad development industry, professional and academic connections, with experience in bringing together disparate consortia to solve challenges in order to have the transformational impact required of this project.
Elements of the work outlined can be subcontracted by the lead delivery partner, but the lead delivery partner will have overall responsibility for the delivery of work.
For background information, please see the Invitation To Tender.
II.1.5) Estimated total value:
Value excluding VAT: 500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
73000000 - Research and development services and related consultancy services.
73100000 - Research and experimental development services.
73200000 - Research and development consultancy services.
73210000 - Research consultancy services.
73300000 - Design and execution of research and development.
79310000 - Market research services.
79311400 - Economic research services.
79315000 - Social research services.
71242000 - Project and design preparation, estimation of costs.
71248000 - Supervision of project and documentation.
72224000 - Project management consultancy services.
75112100 - Administrative development project services.
79421200 - Project-design services other than for construction work.
71220000 - Architectural design services.
71320000 - Engineering design services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71321200 - Heating-system design services.
71322000 - Engineering design services for the construction of civil engineering works.
79415200 - Design consultancy services.
79930000 - Speciality design services.
79932000 - Interior design services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: •Research – the delivery partner will need to conduct a study drawing in qualitative and quantitative evidence on the barriers and opportunities for innovation in the sector
•Engagement – we want the sector and the wider public to coalesce around an exercise that develops and promotes a vision for the home of the future. The delivery partner will oversee work – using the hook of the design competition - to promote to communicate this vision to different groups with different perspectives, and encourage value added collaborations within the sector and wider public.
•Competition –the delivery partner will need to provide or draw in design and technical expertise – providing skills and resources to help shape the brief, provide insights from research and assist with the evaluation of designs.
•Programme management – the programme lead must be skilled in programme management to ensure diverse work strands are delivered on time and to specification.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 15
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: For background information, the full specification and further information on this project please see the ITT.
We anticipate this requirement will be for 10 months duration, however we are retaining an option to extend for up to a further 5 months if necessary.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2019/S 35 - 78725
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 29/05/2019 Time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 29/05/2019
Time: 14:00
Place:
BEIS
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London%2C:-Research-services./E84VM7CD8F
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/E84VM7CD8F
VI.4) Procedures for review
VI.4.1) Review body:
Department for Business, Energy and Industrial Strategy
1 Victoria Street,, London, SW1H 0ET, United Kingdom
Tel. +44 7341092456, Email: bethan.ellis@beis.gov.uk
Internet address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 24/04/2019
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department for Business, Energy and Industrial Strategy
1 Victoria Street,, London,, SW1H 0ET, United Kingdom
Tel. +44 7341092456, Email: bethan.ellis@beis.gov.uk
Contact: Bethan Ellis
Main Address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity:
General public services
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Ageing Society and Clean Growth Grand Challenge ‘Home of 2030’ Design Competition: Design and Delivery Partner
Reference number: 1880/04/2019
II.1.2) Main CPV code:
73110000 - Research services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: BEIS seeks a lead partner to develop and deliver a national design competition for the Home of 2030. The aim of this project is to engage industry and the public around a vision of the building of tomorrow – addressing gaps in the current market, for housing that is energy efficient, suitable for changing needs across a lifetime, good value and scaleable. This project was announced by the energy minister Claire Perry at Green GB Week 2018.
BEIS require a delivery partner who has varied and broad development industry, professional and academic connections, with experience in bringing together disparate consortia to solve challenges in order to have the transformational impact required of this project.
Elements of the work outlined can be subcontracted by the lead delivery partner, but the lead delivery partner will have overall responsibility for the delivery of work.
For background information, please see the Invitation To Tender.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 494,784
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
73000000 - Research and development services and related consultancy services.
73100000 - Research and experimental development services.
73200000 - Research and development consultancy services.
73210000 - Research consultancy services.
73300000 - Design and execution of research and development.
79310000 - Market research services.
79311400 - Economic research services.
79315000 - Social research services.
71242000 - Project and design preparation, estimation of costs.
71248000 - Supervision of project and documentation.
72224000 - Project management consultancy services.
75112100 - Administrative development project services.
79421200 - Project-design services other than for construction work.
71220000 - Architectural design services.
71320000 - Engineering design services.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
71321200 - Heating-system design services.
71322000 - Engineering design services for the construction of civil engineering works.
79415200 - Design consultancy services.
79930000 - Speciality design services.
79932000 - Interior design services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: •Research – the delivery partner will need to conduct a study drawing in qualitative and quantitative evidence on the barriers and opportunities for innovation in the sector
•Engagement – we want the sector and the wider public to coalesce around an exercise that develops and promotes a vision for the home of the future. The delivery partner will oversee work – using the hook of the design competition - to promote to communicate this vision to different groups with different perspectives, and encourage value added collaborations within the sector and wider public.
•Competition –the delivery partner will need to provide or draw in design and technical expertise – providing skills and resources to help shape the brief, provide insights from research and assist with the evaluation of designs.
•Programme management – the programme lead must be skilled in programme management to ensure diverse work strands are delivered on time and to specification.
II.2.5) Award criteria:
Quality criterion - Name: Skills and expertise / Weighting: 20
Quality criterion - Name: Proposed methodology / Weighting: 30
Quality criterion - Name: Engage the variety of stakeholders / Weighting: 10
Quality criterion - Name: Risk Management and Resilience / Weighting: 10
Quality criterion - Name: Project monitoring and evaluation / Weighting: 5
Cost criterion - Name: Budget / Weighting: 25
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
II.2.14) Additional information: For background information, the full specification and further information on this project please see the ITT.
We anticipate this requirement will be for 10 months duration, however we are retaining an option to extend for up to a further 5 months if necessary.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 03/07/2019
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 7
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Building Research Establishment (BRE)
Bucknalls Lane, Watford, WD25 9XX, Watford, WD25 9XX, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 494,784
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
The contract will be subcontracted by the following supplier's
Supplier Name: RIBA
Supplier Address: 66 Portland Place, London, W1S 1AD
SME: Yes
Supplier Name: CAG Consulting
Supplier Address: 8 Blackstock Mews, London, N4 2BT
SME: Yes
Supplier Name: MOBIE
Supplier Address:
SME: No
Supplier Name: Design Council
Supplier Address: Angel Building, 407 St Johns Street, London, EC1V 4AB
SME: No
Supplier Name: Design for Homes
Supplier Address: Audley End Business Centre, London Road, Saffron Walden, CB11 4JL
SME: Yes
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=417692673
VI.4) Procedures for review
VI.4.1) Review body
Department for Business, Energy and Industrial Strategy
1 Victoria Street,, London, SW1H 0ET, United Kingdom
Tel. +44 7341092456, Email: bethan.ellis@beis.gov.uk
Internet address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 29/07/2019