The Department for Business, Energy and Industrial Strategy (BEIS): Hydrogen supply chain technical evidence and modelling tool

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

Notice Summary
Title: Hydrogen supply chain technical evidence and modelling tool
Notice type: Contract 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 (or contractors) to collate and assess a range technical evidence on the hydrogen supply chain and develop a modelling tool that can analyse the costs of hydrogen infrastructure. The main aim of this project is to improve our current understanding of the technical-infrastructural requirements, and associated energy system costs, for a transition towards a reliance on low carbon hydrogen to meet the demand for heat. This will involve (1) collating and assessing the evidence base and (2) developing a modelling tool. The primary focus of this work will be to assess hydrogen infrastructure evidence for heat in the residential, commercial and industrial sectors. The tool should also be able to incorporate the appropriate functionality to allow it to model geographical demands.
Published: 13/01/2017 17:15
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: Research services.
Section I: Contracting Authority
      I.1) Name and addresses
             Department for Business, Energy & Industrial Strategy (BEIS)
             3 Whitehall Place, London, SW1A 2AW, United Kingdom
             Tel. +44 3000688041, Email: will.hall@beis.gov.uk
             Contact: Will Hall
             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.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:-Research-services./62B97ZCU8C
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/62B97ZCU8C 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: Hydrogen supply chain technical evidence and modelling tool       
      Reference Number: TRN 1265/01/2017
      II.1.2) Main CPV Code:
      73110000 - Research services.

      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 (or contractors) to collate and assess a range technical evidence on the hydrogen supply chain and develop a modelling tool that can analyse the costs of hydrogen infrastructure.
The main aim of this project is to improve our current understanding of the technical-infrastructural requirements, and associated energy system costs, for a transition towards a reliance on low carbon hydrogen to meet the demand for heat. This will involve (1) collating and assessing the evidence base and (2) developing a modelling tool.
The primary focus of this work will be to assess hydrogen infrastructure evidence for heat in the residential, commercial and industrial sectors. The tool should also be able to incorporate the appropriate functionality to allow it to model geographical demands.       
      II.1.5) Estimated total value:
      Value excluding VAT: 250,000       
      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: 2
      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: Incubation Planning       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79310000 - Market research services.
      79311400 - Economic research services.
      79315000 - Social research services.
      65400000 - Other sources of energy supplies and distribution.
      71314000 - Energy and related services.
      24111600 - Hydrogen.
      79311410 - Economic impact assessment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Collation and critical assessment of evidence and project management
1.1 In order to develop an effective hydrogen infrastructure model, the project will need to assess and collate the existing evidence for the possible hydrogen supply chains to provide us with the best, most recently available data.

First, this will require an exercise to collate the most recent evidence together in one place for ease of use. We expect that this exercise to necessitate the involvement of significant expertise and experience in this area. This evidence needs to be assessed by the contractors, to understand the uncertainty around the evidence at each part of the supply chain. Engineering input may also be required to translate foreign evidence into a format that is relevant for the UK context, to fill gaps in the evidence base and to make judgements as to appropriate assumptions for the likes of learning curves and build times.


1.2 An important part of this project will be to peer review the hydrogen evidence being used. To do this, it is the contractor will need to assemble propose a group of key members from industry and academia to review and provide comment on this work. At minimum, this group should include representatives from the gas distribution networks.


1.3 LOT 1 will also encompass an important project management role between BEIS and the hydrogen supply chain technical evidence and modelling tool project, as a whole. This is to ensure that the evidence collation and assessment exercise works with the model development to form an assumptions log to the required standard. Moreover, this relationship between the two LOTs and BEIS needs to be managed effectively so that the model incorporates a comprehensive understanding of the impacts of the assumptions within the model and how they have been interpreted.
      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: 6       
      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: If a contract is awarded it will be for 6 months with the potential for a further work in the 12-18 month period after the initial outputs have been delivered. The value above represents the higher end of a £100,000-£125,000 which is detailed in the tender documents.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Modelling Tool       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79310000 - Market research services.
      79311400 - Economic research services.
      79315000 - Social research services.
      65400000 - Other sources of energy supplies and distribution.
      71314000 - Energy and related services.
      24111600 - Hydrogen.
      79311410 - Economic impact assessment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2:
2.1 The next stage of this project will incorporate this available evidence into a modelling tool.
In terms of the model itself, this will involve either developing an existing modelling tool or creating a new tool. Beyond costing up different parts of the hydrogen supply chain, this tool must include the functionality to be able to answer the list of research questions contained within the tender documents.
To be able to answer these questions the model will require:
•A high level of temporal detail that is able to capture intra-day demand swings in order to model the impact of fluctuating demand on storage capacity and other associated hydrogen infrastructure.
•A high level of spatial detail. This will remain unspecified. We expect a contractor to make a case for adopting their chosen level of spatial detail (or levels of detail) and why it would be best suited to this project.
•A comprehensive representation of the relevant technologies, provided by the prior evidence collation and assessment exercise
The different heat demands will be provided to the contractor by BEIS analysts. This will include annual demand and peak demand. Inter-regional transport and hydrogen for power demands will also be developed, working with the contractors.
      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: 6       
      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: If a contract is awarded it will be for 6 months with the potential for a further work in the 12-18 month period after the initial outputs have been delivered.
The value above represents the higher end of a £100,000-£125,000 which is detailed in the tender documents.       


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: 13/02/2017 Time: 15:00
            
      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: 13/02/2017
         Time: 15:00
      

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:-Research-services./62B97ZCU8C

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/62B97ZCU8C
   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 3000688041, Email: will.hall@beis.gov.uk
       Internet address: www.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: 13/01/2017

Annex A


View any Notice Addenda

View Award Notice

UK-London: Research services.

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 3000688041, Email: will.hall@beis.gov.uk
       Contact: Will Hall
       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: Hydrogen supply chain technical evidence and modelling tool            
      Reference number: TRN 1265/01/2017

      II.1.2) Main CPV code:
         73110000 - Research services.


      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 (or contractors) to collate and assess a range technical evidence on the hydrogen supply chain and develop a modelling tool that can analyse the costs of hydrogen infrastructure.
The main aim of this project is to improve our current understanding of the technical-infrastructural requirements, and associated energy system costs, for a transition towards a reliance on low carbon hydrogen to meet the demand for heat. This will involve (1) collating and assessing the evidence base and (2) developing a modelling tool.
The primary focus of this work will be to assess hydrogen infrastructure evidence for heat in the residential, commercial and industrial sectors. The tool should also be able to incorporate the appropriate functionality to allow it to model geographical demands.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 234,684
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

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

      II.2.2) Additional CPV code(s):
            79310000 - Market research services.
            79311400 - Economic research services.
            79315000 - Social research services.
            65400000 - Other sources of energy supplies and distribution.
            71314000 - Energy and related services.
            24111600 - Hydrogen.
            79311410 - Economic impact assessment.


      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: Collation and critical assessment of evidence and project management
1.1 In order to develop an effective hydrogen infrastructure model, the project will need to assess and collate the existing evidence for the possible hydrogen supply chains to provide us with the best, most recently available data.

First, this will require an exercise to collate the most recent evidence together in one place for ease of use. This evidence needs to be assessed by the contractors, to understand the uncertainty around the evidence at each part of the supply chain.
1.2 An important part of this project will be to peer review the hydrogen evidence being used. The contractor will need a group of key members from industry and academia, at minimum, this should include representatives from the gas distribution networks.
1.3 LOT 1 will also encompass an important project management role between BEIS and the hydrogen supply chain technical evidence and modelling tool project.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding the requirement / Weighting: 15
      Quality criterion - Name: Methodology / Weighting: 15
      Quality criterion - Name: Skills and expertise / Weighting: 20
      Quality criterion - Name: Management and delivery / Weighting: 25
      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: If a contract is awarded it will be for 6 months with the potential for a further work in the 12-18 month period after the initial outputs have been delivered. The value above represents the higher end of a £100,000-£125,000 which is detailed in the tender documents.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Modelling Tool   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79310000 - Market research services.
            79311400 - Economic research services.
            79315000 - Social research services.
            65400000 - Other sources of energy supplies and distribution.
            71314000 - Energy and related services.
            24111600 - Hydrogen.
            79311410 - Economic impact assessment.


      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: 2.1 This project will incorporate this available evidence into a modelling tool - either developing an existing modelling tool or creating a new tool. To be able to answer questions within the ITT the model will require:
•A high level of temporal detail that is able to capture intra-day demand swings in order to model the impact of fluctuating demand on storage capacity and other associated hydrogen infrastructure.
•A high level of spatial detail. This will remain unspecified. We expect a contractor to make a case for adopting their chosen level of spatial detail (or levels of detail) and why it would be best suited to this project.
•A comprehensive representation of the relevant technologies, provided by the prior evidence collation and assessment exercise
The different heat demands will be provided to the contractor by BEIS analysts. This will include annual demand and peak demand. Inter-regional transport and hydrogen for power demands will also be developed.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding the requirement / Weighting: 20
      Quality criterion - Name: Methodology / Weighting: 20
      Quality criterion - Name: Skills and expertise / Weighting: 20
      Quality criterion - Name: Management and delivery / Weighting: 15
      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: If a contract is awarded it will be for 6 months with the potential for a further work in the 12-18 month period after the initial outputs have been delivered.
The value above represents the higher end of a £100,000-£125,000 which is detailed in the tender documents.


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 11-16166
      
   

   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: 1    
   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: 14/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Element Energy Limited
             Terrington House, 13-15 Hills Road,, Cambridge, CB2 1NL, United Kingdom
             Tel. +44 2031958119, Email: ben.madden@element-energy.co.uk
             Internet address: http://www.element-energy.co.uk/
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 110,471
         Currency: GBP

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

Award Of Contract (No.2)

   Contract No: 2    
   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: 14/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 13
         Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 13

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Baringa Partners LLP
             Dominican Court, 17 Hatfields, London, SE1 8DJ, United Kingdom
             Tel. +44 2033274277, Email: Oliver.Rix@baringa.com
             Internet address: http://www.baringa.com/
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 124,213
         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=246073733

   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 3000688041, Email: will.hall@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: 20/03/2017