The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Contract to deliver the UK’s National Atmospheric Emissions Inventory |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | To provide Greenhouse Gas (GHG) and Air Quality Pollutant Inventories to the UK Department of Energy and Climate Change (DECC) and the UK Department for the Environment Food and Rural Affairs (Defra), respectively. Together these inventories are known as the UK National Atmospheric Emissions Inventory, or NAEI. These inventories will enable the UK Government to better understand UK GHG and air quality pollutant emissions, track the effectiveness of policies designed to mitigate them and meet domestic and international reporting requirements. For background information, the full specification and further information on this project please see the ITT. |
Published: | 31/05/2016 14:55 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department of Energy and Climate Change
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Email: climatechange.statistics@decc.gsi.gov.uk
Contact: Julia Sussams
Main Address: www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-energy-climate-change
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:-Data-collection-and-collation-services./2BJD827574
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com 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: Contract to deliver the UK’s National Atmospheric Emissions Inventory
Reference Number: TRN 1146/03/2016
II.1.2) Main CPV Code:
72314000 - Data collection and collation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To provide Greenhouse Gas (GHG) and Air Quality Pollutant Inventories to the UK Department of Energy and Climate Change (DECC) and the UK Department for the Environment Food and Rural Affairs (Defra), respectively. Together these inventories are known as the UK National Atmospheric Emissions Inventory, or NAEI. These inventories will enable the UK Government to better understand UK GHG and air quality pollutant emissions, track the effectiveness of policies designed to mitigate them and meet domestic and international reporting requirements.
For background information, the full specification and further information on this project please see the ITT.
II.1.5) Estimated total value:
Value excluding VAT: 8,243,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
72316000 - Data analysis services.
72322000 - Data management services.
90714100 - Environmental information systems.
90700000 - Environmental services.
90711000 - Environmental impact assessment other than for construction.
90711300 - Environmental indicators analysis other than for construction.
90731100 - Air quality management.
90740000 - Pollutants tracking and monitoring and rehabilitation services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To provide Greenhouse Gas (GHG) and Air Quality Pollutant Inventories to the UK Department of Energy and Climate Change (DECC) and the UK Department for the Environment Food and Rural Affairs (Defra), respectively. Together these inventories are known as the UK National Atmospheric Emissions Inventory, or NAEI. These inventories will enable the UK Government to better understand UK GHG and air quality pollutant emissions, track the effectiveness of policies designed to mitigate them and meet domestic and international reporting requirements.
DECC
In order to meet UNFCCC and EU reporting obligations, as well as meet the needs of the UK Climate Change Act, the UK is required to produce an Inventory of GHGs by source and sink, covering the period 1990 to the latest Inventory year (current year – 2). This Inventory must adhere to UNFCCC reporting guidelines and IPCC (2006) methodological guidelines, and the compilation of the Inventory must meet the strict and challenging deadlines of the international reporting cycle. International Inventory submission will consist of a National Inventory Report (NIR) and Common Reporting Framework (CRF) data tables.
In addition to the Inventory itself, there will be a need to use and adapt the underlying database to meet a number of additional requirements:
•Data to support DECC’s National Statistics on GHG emissions
•Spatially distributed emissions maps
•Local Authority emissions statistics
•Devolved Administration GHG emissions inventories
Defra
The UK submits air quality emissions estimates on an annual basis to the EC, under the National Emissions Ceilings Directive (NECD) and the UNECE under the Convention on Long-Range Transboundary Air Pollution (CLRTAP). These submissions are supported by an Informative Inventory Report, detailing the methodologies used to derive the Inventory data. In addition, the Air Quality Pollutant Inventory helps Government track pollutant emissions (both now and in the future), and supports modelling of pollutant concentrations in order to measure compliance with air quality standards. Compilation has to be in line with UNECE good practice guidance and EMEP/EEA air pollutant emission inventory guidebook.
As with the GHG Inventory, there are additional requirements to be met:
•Data to support Defra’s National Statistics on air pollutant emissions.
•Spatially distributed emissions maps
•Devolved Administration air quality pollutant emissions inventories
The contract is expected to run for 3 years 7 months with an option to extend for up to a further year (see additional info for more).
For background information, the full specification and further information on this project please see the ITT.
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: 8,243,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 55
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: The Authority has a budget of £6,418,000, excluding VAT, based on a 3 years, 7 months-long Contract. This is the maximum value and the Authority will not accept a submission with a price that is greater than this value. In addition, Defra’s individual maximum budget is £2,498,000, excluding VAT, while DECC’s maximum budget is £3,920,000, excluding VAT. Defra and DECC will not accept a submission where their individual costs are higher than this budget. The compliance of bids with these cost ceilings will be evaluated on a pass/fail basis, as per Section 17 of the ITT. Bids will also be subject to an additional evaluation criterion that allocates a score based on a comparison with the lowest price bid. This is also described in Section 17 of the ITT. The Contract may potentially be extended for up to a further 12 months at the end of this period, at the Authority’s discretion.
For background information, the full specification and further information on this project please see the ITT.
DECC’s Standard Terms and Conditions of Contract will apply to this Contract. These are attached to this Invitation to Tender in Annex A of the ITT.
In addition, the following clauses will also apply:
18. Indemnities and Insurance
The following clauses are inserted:
(8) Subject to Condition 18(9) neither Party shall be liable to the other Party for any indirect, special or consequential loss; or any loss of profits, turnover, business opportunities or damage to goodwill.
(9) Notwithstanding Condition 18(8), the Contractor agrees that the Authority may, amongst other things, recover from the Contractor, the following losses incurred by the Authority to the extent that they arise as a result of the Contractor’s default:
(a) any additional operational and/or administrative costs and expenses incurred by the Authority, including costs relating to time spent by or on behalf of the Authority in dealing with the consequences of the Contractor’s default;
(b) any wasted expenditure or charges;
(c) the additional cost of procuring alternative arrangements for the provision of the Services, which shall include any incremental costs associated with procuring such alternative arrangements above those which would have been payable under the Contract;
(d) any compensation or interest payable to a third party by the Authority; and
(e) any fine or penalty incurred by the Authority pursuant to law and any costs incurred by the Authority in defending any proceedings which result in such fine or penalty.
27. Intellectual Property Rights
The existing clause (4) will be replaced with:
(4) The Contractor grants to the Authority a licence (or, if the Contractor is itself a licensee of those Intellectual Property Rights, a sub-licence) to use any pre-existing Intellectual Property Rights in any materials used by the Contractor in providing the Services or which the Authority reasonably requires in order to exercise its rights under and receive the benefit of the Contract. Such licence or sub-licence to be perpetual, worldwide, royalty-free and irrevocable and to include, without limitation, a right to reproduce, modify, adapt, enhance and sub-licence the material as the Authority sees fit.
The following clause is inserted:
(5) If the Contractor in providing the Services uses any materials in which there are pre-existing Intellectual Property Rights owned by its agents, sub-contractors or third parties it shall procure that, at no cost to the Authority, such agent, subcontractor or third party grants to the Authority a licence to use those pre-existing Intellectual Property Rights. Such licence to be perpetual, worldwide, royalty-free, irrevocable and to include, without limitation, a right to reproduce, modify, adapt, enhance and sub-licence the material as the Authority sees fit.
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, and the contract will be awarded on the basis of the most economically advantageous tender.
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
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: 2016/S 50 - 83024
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 08/07/2016 Time: 12:00
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): 90
IV.2.7) Conditions for opening of tenders:
Date: 11/07/2016
Time: 10:00
Place:
Department of Energy and Climate Change
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.
DECC’s Standard Terms and Conditions of Contract will apply to this Contract. These are attached to this Invitation to Tender in Annex A of the ITT.
In addition, the following clauses will also apply:
18. Indemnities and Insurance
The following clauses are inserted:
(8) Subject to Condition 18(9) neither Party shall be liable to the other Party for any indirect, special or consequential loss; or any loss of profits, turnover, business opportunities or damage to goodwill.
(9) Notwithstanding Condition 18(8), the Contractor agrees that the Authority may, amongst other things, recover from the Contractor, the following losses incurred by the Authority to the extent that they arise as a result of the Contractor’s default:
(a) any additional operational and/or administrative costs and expenses incurred by the Authority, including costs relating to time spent by or on behalf of the Authority in dealing with the consequences of the Contractor’s default;
(b) any wasted expenditure or charges;
(c) the additional cost of procuring alternative arrangements for the provision of the Services, which shall include any incremental costs associated with procuring such alternative arrangements above those which would have been payable under the Contract;
(d) any compensation or interest payable to a third party by the Authority; and
(e) any fine or penalty incurred by the Authority pursuant to law and any costs incurred by the Authority in defending any proceedings which result in such fine or penalty.
27. Intellectual Property Rights
The existing clause (4) will be replaced with:
(4) The Contractor grants to the Authority a licence (or, if the Contractor is itself a licensee of those Intellectual Property Rights, a sub-licence) to use any pre-existing Intellectual Property Rights in any materials used by the Contractor in providing the Services or which the Authority reasonably requires in order to exercise its rights under and receive the benefit of the Contract. Such licence or sub-licence to be perpetual, worldwide, royalty-free and irrevocable and to include, without limitation, a right to reproduce, modify, adapt, enhance and sub-licence the material as the Authority sees fit.
The following clause is inserted:
(5) If the Contractor in providing the Services uses any materials in which there are pre-existing Intellectual Property Rights owned by its agents, sub-contractors or third parties it shall procure that, at no cost to the Authority, such agent, subcontractor or third party grants to the Authority a licence to use those pre-existing Intellectual Property Rights. Such licence to be perpetual, worldwide, royalty-free, irrevocable and to include, without limitation, a right to reproduce, modify, adapt, enhance and sub-licence the material as the Authority sees fit.
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2BJD827574
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Data-collection-and-collation-services./2BJD827574
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2BJD827574
VI.4) Procedures for review
VI.4.1) Review body:
Department of Energy and Climate Change
London, SW1A 2AW, United Kingdom
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: 31/05/2016
Annex A
View any Notice Addenda
UK-London: Data collection and collation services.
UK-London: Data collection and collation services.
This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity
I.1) Name and addresses
Department of Energy and Climate Change
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Tel. +44 3000688270, Email: climatechange.statistics@decc.gsi.gov.uk
Contact: Julia Sussams
Main Address: www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-energy-climate-change
NUTS Code: UK
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Contract to deliver the UK’s National Atmospheric Emissions Inventory
Reference number: TRN 1146/03/2016
II.1.2) Main CPV code:
72314000 - Data collection and collation services.
II.1.3) Type of contract: SERVICES
II.2) Description
II.2.1) Title: Not Provided
Lot No: Not Provided
II.2.2) Additional CPV codes:
72316000 - Data analysis services.
72322000 - Data management services.
90714100 - Environmental information systems.
90700000 - Environmental services.
90711000 - Environmental impact assessment other than for construction.
90711300 - Environmental indicators analysis other than for construction.
90731100 - Air quality management.
90740000 - Pollutants tracking and monitoring and rehabilitation services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of the procurement at the time of conclusion of the contract:
Not Provided
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 55
Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not Provided
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Contract award notice concerning this contract
Notice number in OJ S: 2016/S 220 - 401212
Section V: Award of contract/concession
Contract No: TRN 1146/03/2016 Lot No: Not Provided Title: Contract to deliver the UK’s National Atmospheric Emissions Inventory
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision: 01/10/2016
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
V.2.3) Name and address of the contractor/concessionaire, No. 1:
Ricardo Energy & Environment, 08229264
Gemini Building, Fermi Avenue, Harwell, Didcot, OX11 0QR, United Kingdom
NUTS Code: UK
The contractor/concessionaire is an SME: No
V.2.4) Information on value of the contract/lot/concession:
Total value of the procurement: 6,411,327
Currency: GBP
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.
An amended version of DECC’s Standard Terms and Conditions of Contract will apply to this Contract. These are attached to this Invitation to Tender in Annex A of the ITT.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=579839382
VI.4) Procedures for review
VI.4.1) Review Body
Department of Energy and Climate Change
London, SW1A 2AW, United Kingdom
V1.4.2) Body responsible for mediation procedures:
Not Provided
VI.4.3) Review procedure
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: 18/03/2021
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code:
72314000 - Data collection and collation services.
VII.1.2) Additional CPV code(s)
Not Provided
VII.1.3) Place of performance:
UK UNITED KINGDOM
VII.1.4) Description of the procurement:
Work to enhance the 1990-2019 emission estimates for greenhouse gases and air quality pollutants though delivering improved information on the effects of wetlands on the greenhouse gas emissions inventory, a sensitivity study of forest carbon modelling to improve the National Inventory Report, improved projections of air quality emissions, and a number of air quality emission estimate improvements.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
Start: 01/10/2016 / End: 31/03/2021
Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
Not Provided .
VII.1.6) Information on value of the contract/lot/concession
Total value of the contract/lot/concession: 196,444.91
Currency: GBP
The contract has been awarded to a group of economic operators: No
VII.1.7) Name and address of the contractor/concessionaire, No. 1:
Ricardo-AEA Ltd, trading as Ricardo Energy and Environment, 08229264
Shoreham Technical Centre, Old Shoreham Road,, Shoreham by Sea West Sussex, BN43 5FG, United Kingdom
NUTS Code: UK
The contractor/concessionaire is an SME: No
VII.2) Information about modifications
VII.2.1) Description of the modifications:
Work to enhance the 1990-2019 emission estimates for greenhouse gases and air quality pollutants though delivering improved information on the effects of wetlands on the greenhouse gas emissions inventory, a sensitivity study of forest carbon modelling to improve the National Inventory Report, improved projections of air quality emissions, and a number of air quality emission estimate improvements.
Current contract value is £8,723,451.72 excl. VAT after variations 1-4. New value £8,919,896.63
VII.2.2) Reasons for modification:
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee (Art. 43(1)(c) of Directive 2014/23/EU, Art. 72(1)(c) of Directive 2014/24/EU, Art. 89(1)(c) of Directive 2014/25/EU)
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
To enable a parallel inventory to be developed to include the changes required by the Wetland Supplement and other improvements to the greenhouse gas and air quality inventories required before March 2021. In the absence of the work, it would not have been possible to provide ministers with options for inclusion before COP26 or after CCC advice is received. Only inclusion or exclusion of wetlands would be possible which would either weaken our position at COP26 and in the UNFCCC 2021 review.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 8,723,451.72
Currency: GBP
Total contract value after the modifications:
Value excluding VAT: 8,919,896.63
Currency: GBP
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department of Energy and Climate Change
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Email: climatechange.statistics@decc.gsi.gov.uk
Contact: Julia Sussams
Main Address: www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-of-energy-climate-change
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: Contract to deliver the UK’s National Atmospheric Emissions Inventory
Reference number: TRN 1146/03/2016
II.1.2) Main CPV code:
72314000 - Data collection and collation services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To provide Greenhouse Gas (GHG) and Air Quality Pollutant Inventories to the UK Department of Energy and Climate Change (DECC) and the UK Department for the Environment Food and Rural Affairs (Defra), respectively. Together these inventories are known as the UK National Atmospheric Emissions Inventory, or NAEI. These inventories will enable the UK Government to better understand UK GHG and air quality pollutant emissions, track the effectiveness of policies designed to mitigate them and meet domestic and international reporting requirements.
For background information, the full specification and further information on this project please see the ITT.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 6,411,327
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
72316000 - Data analysis services.
72322000 - Data management services.
90714100 - Environmental information systems.
90700000 - Environmental services.
90711000 - Environmental impact assessment other than for construction.
90711300 - Environmental indicators analysis other than for construction.
90731100 - Air quality management.
90740000 - Pollutants tracking and monitoring and rehabilitation 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: To provide Greenhouse Gas (GHG) and Air Quality Pollutant Inventories to the UK Department of Energy and Climate Change (DECC) and the UK Department for the Environment Food and Rural Affairs (Defra), respectively.
DECC
In addition to the Inventory itself, there will be a need to use and adapt the underlying database to meet a number of additional requirements:
•Data to support DECC’s National Statistics on GHG emissions
•Spatially distributed emissions maps
•Local Authority emissions statistics
•Devolved Administration GHG emissions inventories
Defra
As with the GHG Inventory, there are additional requirements to be met:
•Data to support Defra’s National Statistics on air pollutant emissions.
•Spatially distributed emissions maps
•Devolved Administration air quality pollutant emissions inventories
The contract is expected to run for 3 years 7 months with an option to extend for up to a further year (see additional info for more).
II.2.5) Award criteria:
Not Provided
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: The Authority has a budget of £6,418,000, excluding VAT, based on a 3 years, 7 months-long Contract. This is the maximum value and the Authority will not accept a submission with a price that is greater than this value. In addition, Defra’s individual maximum budget is £2,498,000, excluding VAT, while DECC’s maximum budget is £3,920,000, excluding VAT.
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: TRN 1146/03/2016
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: 01/10/2016
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 1
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Ricardo Energy & Environment
Gemini Building, Fermi Avenue, Harwell, Didcot, OX11 0QR, 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: 6,411,327
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
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.
An amended version of DECC’s Standard Terms and Conditions of Contract will apply to this Contract. These are attached to this Invitation to Tender in Annex A of the ITT.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=226891988
VI.4) Procedures for review
VI.4.1) Review body
Department of Energy and Climate Change
London, SW1A 2AW, United Kingdom
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: 11/11/2016