The Department for Business, Energy and Industrial Strategy (BEIS): Incubation Support Services to the BEIS Energy Innovation Programme

  The Department for Business, Energy and Industrial Strategy (BEIS) has published this notice through Delta eSourcing

Notice Summary
Title: Incubation Support Services to the BEIS Energy Innovation Programme
Notice type: Contract Award Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: The Department for Business, Energy & Industrial Strategy (BEIS) is seeking to appoint a contractor for our Incubation Support Services to the department's Energy Innovation Programme. The overarching requirement for this work is the provision of an integrated incubation support service to projects within the BEIS Energy Innovation Programme. Provision of incubation support has been an integral part of past Energy Entrepreneurs Fund (EEF) and has been key to maximising value for money to Government by supporting grant recipients in the deployment of their innovative technologies on a commercial scale. We wish to procure a similar service for the BEIS 2016-2021 Energy Innovation Programme.
Published: 22/05/2017 15:58

View Full Notice

UK-London: Administrative services for business operations.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Department for Business, Energy & Industrial Strategy (BEIS)
       3 Whitehall Place, London, SW1A 2AW, United Kingdom
       Tel. +44 3000686847, Email: elizabeth.milsom@beis.gov.uk
       Contact: Elizabeth Milsom
       Main Address: www.beis.gov.uk, Address of the buyer profile: www.beis.gov.uk
       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: Incubation Support Services to the BEIS Energy Innovation Programme            
      Reference number: TRN 1197/08/2016

      II.1.2) Main CPV code:
         75112000 - Administrative services for business operations.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Department for Business, Energy & Industrial Strategy (BEIS) is seeking to appoint a contractor for our Incubation Support Services to the department's Energy Innovation Programme. The overarching requirement for this work is the provision of an integrated incubation support service to projects within the BEIS Energy Innovation Programme. Provision of incubation support has been an integral part of past Energy Entrepreneurs Fund (EEF) and has been key to maximising value for money to Government by supporting grant recipients in the deployment of their innovative technologies on a commercial scale. We wish to procure a similar service for the BEIS 2016-2021 Energy Innovation Programme.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 3,905,376
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Incubation Planning   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            75100000 - Administration 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: Lot 1
1.1Review and update, if necessary, the existing assessment framework for incubation services. This is the methodology and framework in which companies’ incubation needs are assessed and an incubation plan is developed for each project.

1.2Delivery of assessments of individual companies, who receive a grant under EEF Round 5 and any subsequent rounds over the next 5 years, for their incubation needs and preparation of the incubation plan.

1.3Incubation plan: from the assessment, the identification of tasks to be carried out e.g. commercial, intellectual property, technology transfer advice, and written into a plan which is seen and agreed by the project and DECC.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding the requirement. / Weighting: 10
      Quality criterion - Name: Methodology / Weighting: 20
      Quality criterion - Name: Skills and expertise / Weighting: 25
      Quality criterion - Name: Addressing Challenges and Risks / Weighting: 10
      Quality criterion - Name: Management and Delivery / Weighting: 10
      Quality criterion - Name: Cost / 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: LOT 1 – up to £270,000 [based on £2000 - £3,000 per project]

The budget indicated above assumes a peak of 90 projects receiving incubation support until March 2021.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Incubation Coordination   
      Lot No:Lot 2

      II.2.2) Additional CPV code(s):
            75100000 - Administration 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: Lot 2
2.1Coordination of incubation support services for all EEF projects and between suppliers of services. A service which checks that incubation support is being delivered to the companies as per the incubation plan; performs QA of the outputs and reports back to DECC on progress/ issues via a monthly meeting with DECC. Keeps a written log of each task performed for each company from the incubation coordinator, along with time so that finance can be tracked and signed off by DECC.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding the requirement. / Weighting: 10
      Quality criterion - Name: Methodology / Weighting: 20
      Quality criterion - Name: Skills and expertise / Weighting: 25
      Quality criterion - Name: Addressing Challenges and Risks / Weighting: 10
      Quality criterion - Name: Management and Delivery / Weighting: 10
      Quality criterion - Name: Cost / 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: LOT 2 – up to £1,350,000 [based on £3000 - £5000 per project per year]

The budget indicated above assumes a peak of 90 projects receiving incubation support until March 2021.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Incubation Management and Support Provider   
      Lot No:Lot 3

      II.2.2) Additional CPV code(s):
            75100000 - Administration 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: Lot 3
3.1Delivery of incubation support tasks: specialist providers who will deliver the identified tasks in the incubation plans.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding the requirement. / Weighting: 10
      Quality criterion - Name: Methodology / Weighting: 20
      Quality criterion - Name: Skills and expertise / Weighting: 25
      Quality criterion - Name: Addressing Challenges and Risks / Weighting: 10
      Quality criterion - Name: Management and Delivery / Weighting: 10
      Quality criterion - Name: Cost / 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: LOT 3 – up to £4,500,000 [based on £30,000 - £50,000 per project]

The budget indicated above assumes a peak of 90 projects receiving incubation support until March 2021.


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: 2016/S 183-328307
      
   

   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: 1    
   Title: Incubation Planning

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/12/2016

      V.2.2) Information about tenders
         Number of tenders received: 3
         Number of tenders received from SMEs: 3 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 3          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 3

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Carbon Limiting Technologies Ltd
             Orchard House, Crondall Road, Crookham Village, Fleet, GU51 5SY, United Kingdom
             Tel. +44 7766134496, Email: beverley.gower-jones@carbonlimitingtechnologies.com
             Internet address: http://www.carbonlimitingtechnologies.com/
             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: 230,889
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Incubation Coordination

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/12/2016

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 4          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 4

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Carbon Limiting Technologies Ltd
             Orchard House, Crondall Road, Crookham Village, Fleet, GU51 5SY, United Kingdom
             Tel. +44 7766134496, Email: beverley.gower-jones@carbonlimitingtechnologies.com
             Internet address: http://www.carbonlimitingtechnologies.com/
             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: 710,713
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: Not Provided    
   Lot Number: 3    
   Title: Incubation Management and Support Provider

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 01/12/2016

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Carbon Limiting Technologies Ltd
             Orchard House, Crondall Lane, Crookham Village, Fleet, GU51 5SY, United Kingdom
             Tel. +44 7766134496, Email: beverley.gower-jones@carbonlimitingtechnologies.com
             Internet address: http://www.carbonlimitingtechnologies.com/
             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: 2,963,774
         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.

Please note the following:
1. If a contract is awarded it will be for 36 months with the potential for a further 24 months duration.
2. Minimum time frame during which the tenderer must maintain the tender is for a duration of 6 months.
3. Bids are to be priced in GBP and invoices will be paid in this same currency if a contract is awarded.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=259787509

   VI.4) Procedures for review

      VI.4.1) Review body
          Department for Business, Energy & Industrial Strategy
          3 Whitehall Place, London, SW1A 2AW, United Kingdom
          Tel. +44 3000686847, Email: elizabeth.milsom@beis.gov.uk
          Internet address: www.beis.gov.uk

      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: 22/05/2017




View any Notice Addenda

View Award Notice