The Department for Business, Energy and Industrial Strategy (BEIS): Support for Development and Delivery of the Industrial Energy Efficiency Innovation Programme (IEEA)

  The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Support for Development and Delivery of the Industrial Energy Efficiency Innovation Programme (IEEA)
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: Energy efficiency is widely recognised as a cost-effective route to deliver emission reductions over the short-medium term. It also supports energy security objectives to support the development of technologies, which would enable industry to maintain production levels whilst reducing their energy demand. The Industrial Decarbonisation and Energy Efficiency Roadmaps to 2050 identified that energy efficiency was a key route to enable industry to start to decarbonise, it also highlighted barriers to further implementation The Industrial Energy Efficiency Accelerator (IEEA) programme goal is to increase the range of industrial energy efficient products and processes, and support the wider rollout across industry. Please see the ITT for more info.
Published: 22/02/2017 10:16
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Engineering-related scientific and technical services.
Section I: Contracting Authority
      I.1) Name and addresses
             Department of Energy and Climate Change (DECC)
             1 Victoria Street, London, SW1H 0ET, United Kingdom
             Tel. +44 3000685688, Email: industry.innovation@BEIS.gsi.gov.uk
             Contact: Philip Cohen
             Main Address: www.delta-esourcing.com, 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:-Engineering-related-scientific-and-technical-services./Q793M8A3FZ
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via 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
            Body governed by public law
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Support for Development and Delivery of the Industrial Energy Efficiency Innovation Programme (IEEA)       
      Reference Number: 1274/01/2017
      II.1.2) Main CPV Code:
      71350000 - Engineering-related scientific and technical services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Energy efficiency is widely recognised as a cost-effective route to deliver emission reductions over the short-medium term. It also supports energy security objectives to support the development of technologies, which would enable industry to maintain production levels whilst reducing their energy demand.
The Industrial Decarbonisation and Energy Efficiency Roadmaps to 2050 identified that energy efficiency was a key route to enable industry to start to decarbonise, it also highlighted barriers to further implementation
The Industrial Energy Efficiency Accelerator (IEEA) programme goal is to increase the range of industrial energy efficient products and processes, and support the wider rollout across industry.
Please see the ITT for more info.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71350000 - Engineering-related scientific and technical services.
      DA40-1 - Quality control
      71356300 - Technical support services.
      71600000 - Technical testing, analysis and consultancy services.
      71621000 - Technical analysis or consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Energy efficiency is widely recognised as a cost-effective route to deliver emission reductions over the short-medium term. It also supports energy security objectives to support the development of technologies, which would enable industry to maintain production levels whilst reducing their energy demand.
The Industrial Decarbonisation and Energy Efficiency Roadmaps to 2050 identified that energy efficiency was a key route to enable industry to start to decarbonise, it also highlighted barriers to further implementation
The Industrial Energy Efficiency Accelerator (IEEA) programme goal is to increase the range of industrial energy efficient products and processes, and support the wider rollout across industry.
Please see the ITT for more information.
      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: 1,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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: Not provided       


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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 27/03/2017 Time: 09:00
            
      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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 27/03/2017
         Time: 11:00
      

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:-Engineering-related-scientific-and-technical-services./Q793M8A3FZ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Q793M8A3FZ
   VI.4) Procedures for review
   VI.4.1) Review body:
             Department of Energy and Climate Change (DECC)
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 3000685688
   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: 22/02/2017

Annex A


View any Notice Addenda


UK-London: Engineering-related scientific and technical services.

UK-London: Engineering-related scientific and technical 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 (DECC)
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 3000685688, Email: industry.innovation@BEIS.gsi.gov.uk
       Contact: Philip Cohen
       Main Address: http://www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
       NUTS Code: UK

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Support for Development and Delivery of the Industrial Energy Efficiency Innovation Programme (IEEA)   
      Reference number: 1274/01/2017   
   
   II.1.2) Main CPV code:
      71350000 - Engineering-related scientific and technical 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:
      71350000 - Engineering-related scientific and technical services.
      DA40-1 - Quality control
      71356300 - Technical support services.
      71600000 - Technical testing, analysis and consultancy services.
      71621000 - Technical analysis or consultancy 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: 48             
      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: 2020/S 174 - 421582    

Section V: Award of contract/concession

Contract No: TRN: 1274/01/2017   Lot No: Not Provided    Title: Support for Development and Delivery of the Industrial Energy Efficiency Innovation Programme (IEEA)
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 21/04/2017   

   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:
          The Carbon Trust Advisory Limited, 06274284
          4th Floor, Dorset House, 27-45 Stamford Street, London, SE1 9NT, 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: 1,737,300   
   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=524178511
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       Department of Energy and Climate Change (DECC)
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 3000685688
   
      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: 08/09/2020
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      71350000 - Engineering-related scientific and technical services.
   

   VII.1.2) Additional CPV code(s)
      71318000 - Advisory and consultative engineering services.
      79420000 - Management-related services.
      71621000 - Technical analysis or consultancy services.
      71356000 - Technical services.
      71600000 - Technical testing, analysis and consultancy services.
   

   VII.1.3) Place of performance:
      UK UNITED KINGDOM
       
   
   VII.1.4) Description of the procurement:
    Increase Contract Value by £187,138 (excl VAT) from £1,737,300 to £1,924,438 (excl VAT).
​This contract variation is in response to the approved increase of the overall IEEA budget and size. This will enable the Carbon Trust to support the approved increased volumes of the Programme and undertake the Undertaking in Difficulty and Financial Due Diligence activity, not included in the original contract.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
               Start: 13/06/2017 / End: 01/04/2021       
   
      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: 1,924,438   
   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:
          The Carbon Trust Advisory Limited, 06274284
          The Carbon Trust 4th Floor Dorset House, 27-45 Stamford Street, London, SE1 9NT, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    This contract variation is in response to the approved increase of the overall IEEA budget and size. This will enable the Carbon Trust to support the approved increased volumes of the Programme and undertake the Undertaking in Difficulty and Financial Due Diligence activity, not included in the original contract. This will ensure that projects funded through the additional grant capital funding have access to the same level of support from the Carbon Trust as previous applicants.    
   
   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:
    all Phase 2 projects were required to pass an Undertaking in Difficulty (UiD) test and Financial Due Diligence (FDD) introduced to satisfy State Aid legislation. The UiD test was not required for Phase 1 projects and was not included in the original contract. Additional projects also came on board following approval of additional funding. this increased the number of projects to be supported under the contract.    
   
   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: 1,737,300   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 1,924,438    
   Currency: GBP
UK-London: Engineering-related scientific and technical services.

UK-London: Engineering-related scientific and technical 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 (DECC)
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 3000685688, Email: industry.innovation@BEIS.gsi.gov.uk
       Contact: Philip Cohen
       Main Address: http://www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
       NUTS Code: UK

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Support for Development and Delivery of the Industrial Energy Efficiency Innovation Programme (IEEA)   
      Reference number: 1274/01/2017   
   
   II.1.2) Main CPV code:
      71350000 - Engineering-related scientific and technical 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:
      71350000 - Engineering-related scientific and technical services.
      DA40-1 - Quality control
      71356300 - Technical support services.
      71600000 - Technical testing, analysis and consultancy services.
      71621000 - Technical analysis or consultancy 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: 48             
      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: 2020/S 174 - 421582    

Section V: Award of contract/concession

Contract No: TRN: 1274/01/2017   Lot No: Not Provided    Title: Support for Development and Delivery of the Industrial Energy Efficiency Innovation Programme (IEEA)
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 21/04/2017   

   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:
          The Carbon Trust Advisory Limited, 06274284
          4th Floor, Dorset House, 27-45 Stamford Street, London, SE1 9NT, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 1,737,300   
   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=555340265
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       Department of Energy and Climate Change (DECC)
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 3000685688
   
      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: 17/12/2020
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      79420000 - Management-related 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:
    ​This is notification of a variation to an existing contract between The Carbon Trust and BEIS.

The Carbon Trust are the delivery partner for the Industrial Energy Efficiency Accelerator (IEEA). The Carbon Trust are contracted to develop and deliver the IEEA on BEIS behalf. The Carbon Trust bid for the IEEA contract is a consortium with Jacobs, who provide technical support.     
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
         Duration in months: 57             
   
      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: 1,737,300   
   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:
          The Carbon Trust, 210019119
          4th Floor, Dorset House, 27-45 Stamford Street, London, SE1 9NT, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    Variation 1: £187,138 (total value £1,924,438) due to increased volumes of the Programme and undertake the Undertaking in Difficulty and Financial Due Diligence activity, not included in the original contract, but required due to a change in state aid legislation.
Variation 2: £257,529 (total value £2,181,967 due to Covid-related delays in projects



Contract variation 1 documentation is saved on SharePoint here.



On 17 July 2019, in response to a high uptake of the IEEA Phase 2 competiti    
   
   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:
    A contract variation is required to extend this Contract to allow them to continue managing the projects [which have had to be extended due to Covid-related delays] to completion. An extension will also allow the Carbon Trust to complete evaluation and replication activities once the projects close, as outlined in the original contract.    
   
   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: 1,924,438   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 2,181,967    
   Currency: GBP

View Award Notice

UK-London: Engineering-related scientific and technical services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Department of Energy and Climate Change (DECC)
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 3000685688, Email: industry.innovation@BEIS.gsi.gov.uk
       Contact: Philip Cohen
       Main Address: http://www.delta-esourcing.com, Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
       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:
      Body governed by public law

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Support for Development and Delivery of the Industrial Energy Efficiency Innovation Programme (IEEA)            
      Reference number: 1274/01/2017

      II.1.2) Main CPV code:
         71350000 - Engineering-related scientific and technical services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Energy efficiency is widely recognised as a cost-effective route to deliver emission reductions over the short-medium term. It also supports energy security objectives to support the development of technologies, which would enable industry to maintain production levels whilst reducing their energy demand.
The Industrial Decarbonisation and Energy Efficiency Roadmaps to 2050 identified that energy efficiency was a key route to enable industry to start to decarbonise, it also highlighted barriers to further implementation
The Industrial Energy Efficiency Accelerator (IEEA) programme goal is to increase the range of industrial energy efficient products and processes, and support the wider rollout across industry.
Please see the ITT for more info.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,500,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71350000 - Engineering-related scientific and technical services.
               DA40-1 - Quality control
            71356300 - Technical support services.
            71600000 - Technical testing, analysis and consultancy services.
            71621000 - Technical analysis or consultancy 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: Energy efficiency is widely recognised as a cost-effective route to deliver emission reductions over the short-medium term. It also supports energy security objectives to support the development of technologies, which would enable industry to maintain production levels whilst reducing their energy demand.
The Industrial Decarbonisation and Energy Efficiency Roadmaps to 2050 identified that energy efficiency was a key route to enable industry to start to decarbonise, it also highlighted barriers to further implementation
The Industrial Energy Efficiency Accelerator (IEEA) programme goal is to increase the range of industrial energy efficient products and processes, and support the wider rollout across industry.
Please see the ITT for more information.

      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: Not Provided


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
       Notice number in the OJEU: 2017/S 39-70912
      
   

   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: 1274/01/2017    
   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: 21/04/2017

      V.2.2) Information about tenders
         Number of tenders received: 7
         Number of tenders received from SMEs: 5 (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: 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)
             The Carbon Trust Advisory Limited, 06274284
             4th Floor, Dorset House, 27-45 Stamford Street, London, SE1 9NT, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      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: 1,737,300
         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:
                  
                  Proportion: 35%                   
         Short description of the part of the contract to be subcontracted:
          Supplier Name: Jacobs UK Ltd
Supplier Address: 1180 Eskdale Road, Winnersh, Wokingham, Berkshire, RG41 5TU
SME: No
Value of the subcontract : 25%

Supplier Name: Amec Foster Wheeler Environment & Infrastructure UK Ltd
Supplier Address: Booths Park, Chelford Road, Knutsford, Cheshire, WA16 8QZ
SME: No
Value of the subcontract : 10%          
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=523062014

   VI.4) Procedures for review

      VI.4.1) Review body
          Department of Energy and Climate Change (DECC)
          1 Victoria Street, London, SW1H 0ET, United Kingdom
          Tel. +44 3000685688

      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: 03/09/2020