The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | UK Emissions Trading Registry |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert. |
Published: | 21/03/2019 16:33 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department for Business Energy and Industrial Strategy
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 2072155029, Email: seamus.gallagher2@beis.gov.uk
Contact: Seamus Gallagher
Main Address: www.bipsolutions.com, 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.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:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./53BR89546H
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.bipsolutions.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: UK Emissions Trading Registry
Reference Number: 1785/01/2019
II.1.2) Main CPV Code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.
II.1.5) Estimated total value:
Value excluding VAT: 4,600,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
72212517 - IT software development services.
72210000 - Programming services of packaged software products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.
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: 4,600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals: An optional requirement in this tender is for continued maintenance and support following the initial year of service. These subsequent years can be contracted on an annual basis.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/53BR89546H
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: 25/04/2019 Time: 17:00
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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 02/05/2019
Time: 18:00
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:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./53BR89546H
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/53BR89546H
VI.4) Procedures for review
VI.4.1) Review body:
Department for Business Energy and Industrial Strategy
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 3000685721, Email: nicola.brown@beis.gov.uk
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: 21/03/2019
Annex A
View any Notice Addenda
UK-London: IT services: consulting, software development, Internet and support.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Department for Business Energy and Industrial Strategy
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 2072155029, Email: seamus.gallagher2@beis.gov.uk
Contact: Seamus Gallagher
Main Address: www.bipsolutions.com, Address of the buyer profile: www.beis.gov.uk
NUTS Code: UK
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: UK Emissions Trading Registry Reference number: 1785/01/2019
II.1.2) Main CPV code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 18/04/2019
VI.6) Original notice reference:
Notice Reference: 2019 - 230390
Notice number in OJ S: Not Provided
Date of dispatch of the original notice: 21/03/2019
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2
Lot No: Not provided
Place of text to be modified: Time limit for receipt of tenders or requests to participate
Instead of: Date: 25/04/2019 Time: 17:00
Read: Date: 07/05/2019 Time: 09:00
VII.1.2) Text to be corrected in original notice No: 2
Section Number: IV.2.7
Lot No: Not provided
Place of text to be modified: Conditions for opening of tenders:
Instead of: Date: 02/05/2019
Time: 18:00
Read: Date: 07/05/2019
Time: 10:00
VII.2) Other 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=391810269
UK-London: IT services: consulting, software development, Internet and support.
UK-London: IT services: consulting, software development, Internet and support.
This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity
I.1) Name and addresses
Department for Business Energy and Industrial Strategy
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 2072155029, Email: giles.andrewes@beis.gov.uk
Main Address: www.beis.gov.uk, Address of the buyer profile: www.beis.gov.uk
NUTS Code: UK
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UK Emissions Trading Registry
Reference number: 1785/01/2019
II.1.2) Main CPV code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.2) Description
II.2.1) Title: UK Emissions Trading Registry
Lot No: Not Provided
II.2.2) Additional CPV codes:
72212517 - IT software development services.
72210000 - Programming services of packaged software products.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of the procurement at the time of conclusion of the contract:
To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 84
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: 2019/S 180 - 439146
Section V: Award of contract/concession
Contract No: 1 Lot No: Not Provided Title: UK Emissions Trading Registry
V.2) Award of contract/concession
V.2.1) Date of conclusion of the contract/concession award decision: 02/07/2019
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: Yes
V.2.3) Name and address of the contractor/concessionaire, No. 1:
TRASYS International EEIG, 0667692570
Rue d’Arton, Brussels, 53-71040, Belgium
Tel. +32 028931211
NUTS Code: BE10
The contractor/concessionaire is an SME: No
V.2.3) Name and address of the contractor/concessionaire, No. 2:
UniSystems Information Technology Systems Commercial S.A., 121831201000
19-23 Al,, Pantou Str, Athens, 176 71, Greece
Tel. +30 2119997000
NUTS Code: EL
The contractor/concessionaire is an SME: Yes
V.2.4) Information on value of the contract/lot/concession:
Total value of the procurement: 4,598,853
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=653370289
VI.4) Procedures for review
VI.4.1) Review Body
Department for Business Energy and Industrial Strategy
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 3000685721, Email: nicola.brown@beis.gov.uk
V1.4.2) Body responsible for mediation procedures:
Any
Any, United Kingdom
Tel. +44 02072155000
VI.4.3) Review procedure
Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Any
Any, United Kingdom
Tel. +44 02072155000
VI.5) Date of dispatch of this notice: 24/12/2021
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code:
72000000 - IT services: consulting, software development, Internet and support.
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:
To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
Duration in months: 84
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: 4,598,853
Currency: GBP
The contract has been awarded to a group of economic operators: Yes
VII.1.7) Name and address of the contractor/concessionaire, No. 1:
TRASYS International EEIG, 0667692570
Rue d’Arton 53-71040, Brussels, Belgium
NUTS Code: BE10
The contractor/concessionaire is an SME: No
VII.1.7) Name and address of the contractor/concessionaire, No. 2:
UniSystems Information Technology Systems Commercial S.A., 121831201000
19-23 Al, Athens, Greece
NUTS Code: EL
The contractor/concessionaire is an SME: Yes
VII.2) Information about modifications
VII.2.1) Description of the modifications:
In accordance with Regulation 72(1)(b) of the Public Contract Regulations 2015, the parties have agreed a modification for the provision of further functionality to the Registry.
VII.2.2) Reasons for modification:
Need for additional works, services or supplies by the original contractor/concessionaire (Art. 43(1)(b) of Directive 2014/23/EU, Art. 72(1)(b) of Directive 2014/24/EU, Art. 89(1)(b) of Directive 2014/25/EU)
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
The work builds on the work already done to develop the Registry system, which has now gone live. There would be both inconvenience of additional time, and duplication in costs regarding familiarisation of a different contractor, if a change of contractor were to occur.
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: 974,332
Currency: GBP
Total contract value after the modifications:
Value excluding VAT: 5,573,185
Currency: GBP
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department for Business Energy and Industrial Strategy
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 2072155029, Email: seamus.gallagher2@beis.gov.uk
Contact: Seamus Gallagher
Main Address: www.bipsolutions.com, 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: UK Emissions Trading Registry
Reference number: 1785/01/2019
II.1.2) Main CPV code:
72000000 - IT services: consulting, software development, Internet and support.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 4,598,853
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
72212517 - IT software development services.
72210000 - Programming services of packaged software products.
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 deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/53BR89546H
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: 2019/S 60-139225
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 02/07/2019
V.2.2) Information about tenders
Number of tenders received: 4
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: 1
Number of tenders received from tenderers from non-EU Member States: 1
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: Yes
Contractor (No.1)
TRASYS International EEIG
Rue d’Arton, Brussels, 53-71040, Belgium
Tel. +32 028931211
NUTS Code: BE10
The contractor is an SME: No
Contractor (No.2)
UniSystems Information Technology Systems Commercial S.A.
19-23 Al,, Pantou Str, Athens, 176 71, Greece
Tel. +30 2119997000
NUTS Code: EL
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: 4,598,853
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=420912757
VI.4) Procedures for review
VI.4.1) Review body
Department for Business Energy and Industrial Strategy
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 3000685721, Email: nicola.brown@beis.gov.uk
VI.4.2) Body responsible for mediation procedures
Any
Any, United Kingdom
Tel. +44 02072155000
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
Any
Any, United Kingdom
Tel. +44 02072155000
VI.5) Date of dispatch of this notice: 13/09/2019