The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Technical Third Party Support (TTPS) for the Net-Zero Innovation Portfolio (NZIP) |
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 and Industrial Strategy (BEIS) requires Technical Third Party Support (TTPS) to assist with the delivery of the Net-Zero Innovation Portfolio (NZIP). The objective of the NZIP portfolio is to facilitate delivery of the UK’s Net-Zero commitments, continuing to invest in climate science and energy innovation to reduce human impact on climate change. There are ten technical themes that fall under the portfolio and in order to deliver each theme, SICE requires specialist technical expertise expertise to support the development of projects, the bid appraisal process, and the ongoing monitoring, management and evaluation of programmes and projects. Therefore, BEIS intends to procure services to deliver the following: Programme development support, Bid review and selection, Programme management support, Monitoring and Evaluation and Social Research support. |
Published: | 13/07/2021 18:10 |
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 2072151525, Email: sice.ttps@beis.gov.uk
Main Address: 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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Technical Third Party Support (TTPS) for the Net-Zero Innovation Portfolio (NZIP)
Reference Number: TRN: 5150/06/2021
II.1.2) Main CPV Code:
71621000 - Technical analysis or consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Department for Business, Energy and Industrial Strategy (BEIS) requires Technical Third Party Support (TTPS) to assist with the delivery of the Net-Zero Innovation Portfolio (NZIP). The objective of the NZIP portfolio is to facilitate delivery of the UK’s Net-Zero commitments, continuing to invest in climate science and energy innovation to reduce human impact on climate change. There are ten technical themes that fall under the portfolio and in order to deliver each theme, SICE requires specialist technical expertise expertise to support the development of projects, the bid appraisal process, and the ongoing monitoring, management and evaluation of programmes and projects. Therefore, BEIS intends to procure services to deliver the following: Programme development support, Bid review and selection, Programme management support, Monitoring and Evaluation and Social Research support.
II.1.5) Estimated total value:
Value excluding VAT: 14,300,000
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: Restrictions on the number of lots that can be awarded can be found in the Invitation To Tender documents.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Technical Coordinator
Lot No: 1
II.2.2) Additional CPV codes:
71621000 - Technical analysis or consultancy services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The technical coordinator (Lot 1) will provide technical and commercial expertise to manage the delivery of work packages, coordinating and integrating delivery of the all other lots (Lots 2, 3, 4 and 5) in coordination with BEIS. This includes:
-Management, monitoring and administration of work packages to relevant technical lots.
-Overseeing delivery of the lots
-Budget and finance management
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: 1,200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 42
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
II.2) Description Lot No. 2
II.2.1) Title: Social Research and Evaluation
Lot No: 2
II.2.2) Additional CPV codes:
79315000 - Social research services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This lot will allow for specialist expertise to provide social research and evaluation support and advice across the NZIP portfolio during new programme design/development and programme delivery. This will include:
•Evidence reviews (e.g. Literature review, Rapid Evidence Assessment)
•External stakeholder and public engagement (including qualitative focus groups)
•Customer, consumer, and behavioural insights
•Social research planning/advice
•Programme evaluation planning/advice (process and impact evaluation)
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 42
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
II.2) Description Lot No. 3
II.2.1) Title: Carbon Control and Storage
Lot No: 3
II.2.2) Additional CPV codes:
71300000 - Engineering services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This lot will deliver Programme Development, Bid Assessment, Programme Management and Monitoring support to programmes that fall under the following technical themes and areas:
-Long Duration Energy Storage
-Industry & CCUS (including biomass conversion)
-Greenhouse Gas Removal
-Hydrogen & Fuel Switching
-Systems, networks and integration
-Energy markets and regulatory expertise
-Manufacturing expertise
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: 4,700,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 42
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
II.2) Description Lot No. 4
II.2.1) Title: Energy Consumption
Lot No: 4
II.2.2) Additional CPV codes:
71300000 - Engineering services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This lot will deliver Programme Development, Bid Assessment, Programme Management and Monitoring support to programmes that fall under the following technical themes:
-Domestic Hydrogen
-Artificial intelligence
-New build
-Smart and in-home energy management systems
-EEF – Energy Entrepreneurs Fund
-Disruptive Technologies
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: 3,100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 42
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
II.2) Description Lot No. 5
II.2.1) Title: Energy Generation and Distribution
Lot No: 5
II.2.2) Additional CPV codes:
71300000 - Engineering services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This lot will deliver Programme Development, Bid Assessment, Programme Management and Monitoring support to programmes that fall under the following technical themes:
-Bioenergy
-Nuclear
-Floating Offshore Wind
-Onshore wind
-Biomass boilers
-Solar Heating
-Hydrogen Supply
-Heat Pumps + Retrofit
-Heat distribution
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: 4,300,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 42
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
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: 20/08/2021 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 20/08/2021
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 No
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:-Technical-analysis-or-consultancy-services./6N54EF3VMC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6N54EF3VMC
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
Tel. +44 2072152967
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: 13/07/2021
Annex A