The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Contractors for the provision of hydrogen end user skills and standards for heat supporting research and evidence |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | BEIS intends to appoint contractors to undertake desk based research and field work on hydrogen to support the development of standards required for the re-purposing of existing gas infrastructure downstream of the emergency control valve to be used with hydrogen. This programme will serve to support and inform future policy appraisal in Government and to inform the development of policies and measures to meet UK carbon budgets. The work covers a range of priority research areas to support the creation of standards which will support hydrogen trials in the UK. |
Published: | 10/08/2021 17:54 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 2072150720, Email: nzip.hydrogen@beis.gov.uk
Main Address: https://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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-and-development-services-and-related-consultancy-services./9W8Z2VUX4N
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/4ESM9XQ6Q2 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: Contractors for the provision of hydrogen end user skills and standards for heat supporting research and evidence
Reference Number: TRN: 5045/04/2021
II.1.2) Main CPV Code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: BEIS intends to appoint contractors to undertake desk based research and field work on hydrogen to support the development of standards required for the re-purposing of existing gas infrastructure downstream of the emergency control valve to be used with hydrogen. This programme will serve to support and inform future policy appraisal in Government and to inform the development of policies and measures to meet UK carbon budgets. The work covers a range of priority research areas to support the creation of standards which will support hydrogen trials in the UK.
II.1.5) Estimated total value:
Value excluding VAT: 925,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 5
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Research and evidence gathering for piped systems with respect for hydrogen for: i) purging, ii) tightness and material compatibility
Lot No: 1
II.2.2) Additional CPV codes:
24111600 - Hydrogen.
76000000 - Services related to the oil and gas industry.
39341000 - Gas pressure equipment.
39721410 - Gas appliances.
38432100 - Gas-analysis apparatus.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Description: Lot 1 will address two focus areas. i) purging of systems which aims to identify where additional data is required to permit the development of safe purging procedures for both domestic and non-domestic environments. ii) gas tightness and material compatibility of existing pipework and fittings downstream of the emergency control valve (ECV) for hydrogen gas and natural gas as a baseline.
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
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: Suppliers may apply for any or all lots. A separate bid must be submitted for each lot applied for.
II.2) Description Lot No. 2
II.2.1) Title: Research and evidence gathering for material and component suitability - domestic and non-domestic for hydrogen
Lot No: 2
II.2.2) Additional CPV codes:
24111600 - Hydrogen.
76000000 - Services related to the oil and gas industry.
39341000 - Gas pressure equipment.
39721410 - Gas appliances.
38432100 - Gas-analysis apparatus.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The aim lot 2 is to determine materials which are suitable for use with hydrogen. The work will initially consist of a literature search followed by experimental testing (where the literature search concludes additional evidence is required) to quantify the relative risk of using these materials for components downstream of the emergency control valve (ECV) for hydrogen gas relative to natural gas.
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: 200,000
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: Bidders my apply for any or all lots. A separate bid must be submitted for each lot applied for.
II.2) Description Lot No. 3
II.2.1) Title: Research and evidence gathering for installation ventilation and flues
Lot No: 3
II.2.2) Additional CPV codes:
24111600 - Hydrogen.
76000000 - Services related to the oil and gas industry.
39341000 - Gas pressure equipment.
39721410 - Gas appliances.
38432100 - Gas-analysis apparatus.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: : Lot 3 will undertake a set of scenario specific ventilation and flueing projects to address specific gaps in the evidence base. The work is not seeking to examine whole property ventilation. It is intended to provide evidence to understand the requirements of specific sub-categories of installation work such as ventilation of inter floor piping/voids and flueing requirements of specific appliances such as hydrogen gas fires. The work splits into two workstreams: i) Ventilation associated with pipework located within voids, shafts and ducts, ii) Ventilation and flueing requirements of open flued and flueless appliances such as hydrogen gas fires, water heaters, hobs and cookers.
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: 250,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
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: Bidders may apply for any or all lots. A separate bid must be submitted for each lot applied for.
II.2) Description Lot No. 4
II.2.1) Title: Research and evidence gathering for pipe sizing and pressure drop criteria with respect to hydrogen
Lot No: 4
II.2.2) Additional CPV codes:
24111600 - Hydrogen.
76000000 - Services related to the oil and gas industry.
39341000 - Gas pressure equipment.
39721410 - Gas appliances.
38432100 - Gas-analysis apparatus.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The aim of lot 4 is to confirm an appropriate and standardised methodology to be applied to installation pipework sizing (i.e. downstream of the ECV and meter). This will ensure that such pipework has adequate capacity to deliver the flow of hydrogen (per mass or per volume) required to deliver the same flow of energy required to hydrogen burning appliances. Sizing methodology output will take the form of ready reckoner tables in terms of power requirement.
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: 100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
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: Bidders may apply for any or all lots. A separate bid must be submitted for each lot applied for.
II.2) Description Lot No. 5
II.2.1) Title: Research and evidence gathering for hydrogen: i) meter, internal and external, ventilation study, ii) installation and set point of excess flow valves (EFV).
Lot No: 5
II.2.2) Additional CPV codes:
24111600 - Hydrogen.
76000000 - Services related to the oil and gas industry.
39341000 - Gas pressure equipment.
39721410 - Gas appliances.
38432100 - Gas-analysis apparatus.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: : Lot 5 will address two focus areas. i) a meter ventilation study to consider representative, internal and external, meter housing, design considerations including necessary clearances, ventilation requirements for gas and the potential for humidity/water build up. ii) an excess flow valve (EFV) study to consider items such as the installation and calibration of EFVs to cover domestic and non-domestic supply. This will include what methodology and basis will be used to set the shutoff point for the valves during operation and purging and understand how to check and test them.
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: 125,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 12
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: Suppliers may apply for any or all lots. A separate bid must be submitted for each lot applied for.
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
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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: Yes
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: 24/09/2021 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): 2
IV.2.7) Conditions for opening of tenders:
Date: 24/09/2021
Time: 14:01
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 Yes
Electronic payment will be used Yes
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:-Research-and-development-services-and-related-consultancy-services./9W8Z2VUX4N
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9W8Z2VUX4N
VI.4) Procedures for review
VI.4.1) Review body:
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street, London, SW1H 0ET, 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: 10/08/2021
Annex A