The Department for Business, Energy and Industrial Strategy (BEIS): TRN 1229/10/2016: Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services

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

Notice Summary
Title: TRN 1229/10/2016: Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services
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) wishes to appoint a Supplier(s) to undertake the following work, in the form of two contracts: one covering the Energy Technology List Scheme Delivery; the other the combined Energy Technology List Scheme Research Programme Services and Products Policy Support Services. This contract is divided into 2 lots: Lot 1: Energy Technology List Scheme Delivery; Lot 2 •Work strand A: Products Policy Support Services •Work strand B: Energy Technology List Research Programme Services.
Published: 30/01/2017 14:30
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 and Industrial Strategy (BEIS)
             3 Whitehall Place, London, SW1A 2AW, United Kingdom
             Email: efficientproducts@decc.gsi.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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Research-services./83Z665J3S6
      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: TRN 1229/10/2016: Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services       
      Reference Number: TRN 1229/10/2016
      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) wishes to appoint a Supplier(s) to undertake the following work, in the form of two contracts: one covering the Energy Technology List Scheme Delivery; the other the combined Energy Technology List Scheme Research Programme Services and Products Policy Support Services.
This contract is divided into 2 lots:
Lot 1:
Energy Technology List Scheme Delivery;
Lot 2
•Work strand A: Products Policy Support Services
•Work strand B: Energy Technology List Research Programme Services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 6,156,000       
      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: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: This contract is divided into 2 lots:
Lot 1:
Energy Technology List Scheme Delivery
Lot 2
•Work strand A: Products Policy Support Services
•Work strand B: Energy Technology List Research Programme Services

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot1: Energy Technology List Scheme Delivery       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      79420000 - Management-related services.
      DA26-9 - Management
      72320000 - Database services.
      72242000 - Design-modelling services.
      71318000 - Advisory and consultative engineering services.
      71350000 - Engineering-related scientific and technical services.
      71356000 - Technical services.
      71356200 - Technical assistance services.
      71600000 - Technical testing, analysis and consultancy services.
      71621000 - Technical analysis or consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot No 1: Delivery of the Energy Technology List

The Authority is seeking a supplier to deliver the Energy Technology List (ETL). The ETL’s purpose is to promote business energy-efficiency by: influencing the design, availability, and uptake of the most energy-efficient equipment types within the remit of the scheme; getting businesses of all sizes to use the ETL as a principal procurement tool for purchasers of energy-saving capital equipment; and supporting existing energy saving technologies that have not deeply penetrated the customer markets into which they are sold.

The main responsibilities include:-

1.Delivery of the scheme, including its continued development and improved performance, working closely with the supplier for Lot 2;
2.Maintaining the ETPL by processing applications and adding/removing new products on a monthly basis based on the qualifying criteria;
3.Annual revision: updating the ETPL and guidance documents to ensure continued level of compliance with the annual revision to the ETCL;
4.Responding to written or verbal stakeholder enquiries about the ECA/ETL schemes.
The contract will be offered for 3 years and the Authority reserves the right to offer a further year’s extension. Maximum value of the Lot 1 contract over 3 years is £1,230,000
      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: 1,640,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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:       Yes             
      Description of options: For some of the responsibilities outlined in the specification tables, a high-level suggested approach to QA has been outlined in the right-hand column. However, BEIS is interested in considering other ideas for improving the approach to QA. Therefore, when outlining the QA plan, BEIS encourages alternative options for carrying out QA in a more effective way as well as confirming whether or not the suggested approach is practicable.
      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: The contract is for a period of 36 months with a possible extension of up to 12 months, unless terminated or extended by the Department in accordance with the terms of the contracts. The decision to extend will be subject to review at the end of year 3.
The maximum value of Lot 1 over 3 years is £1,230,000.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2: •Work strand A: Products Policy Support Services •Work strand B: Energy Technology List Research Programme Services.       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      73110000 - Research services.
      71350000 - Engineering-related scientific and technical services.
      71356000 - Technical services.
      71356200 - Technical assistance services.
      71356300 - Technical support services.
      71600000 - Technical testing, analysis and consultancy services.
      71621000 - Technical analysis or consultancy services.
      71318000 - Advisory and consultative engineering services.
      72242000 - Design-modelling services.
      72320000 - Database services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot No 2:

Work strand A: Products Policy Support Services

BEIS’s policy work on energy-using products seeks to improve the environmental performance (energy-efficiency in particular) for specific products and product groups and better inform end users about energy efficiency and other relevant environmental impacts. The Authority is seeking a supplier to provide policy support services to help the UK Government develop and implement policies to improve the energy efficiency and other environmental impacts of energy using products, in particular by supporting the development of energy efficiency and energy labelling standards. Products policy covers a large number of domestic and non-domestic energy-using product groups, and provides information on markets and performance of products to inform the development of policy.

Work strand B: Energy Technology List Research Programme and Technical Analysis.

The Authority is seeking a supplier to conduct the ETL research programme to support the annual review of the ETL’s criteria. They will also be required to provide technical assessments in support of the successful bidder for Lot 1 above. The ETL is underpinned by a rolling programme of research that assesses each technology type on a three to four year cycle. The programme should also identify technologies with cost-effective carbon emissions reduction potential and provide the evidence base to develop appropriate interventions for BEIS. This research should provide the technical and market knowledge and analysis to inform the maintenance of the ETL qualifying criteria, including justifications for criteria updates and technology removals. In the case of new technologies, it should scope out support for, and, if appropriate, build a case for their inclusion on the ETL. The programme should deliver robust, high quality evidence bases that can be used to form recommendations on the implementation of policy interventions.

The main responsibilities include:-

1.Providing technical briefing and analysis on specific energy-related products, including applications for ETL product listing and new technology proposals;
2.Developing cost-benefit analysis;
3.Updating the Products Policy model;
4.Maintaining the Products Policy evidence base;
5.Conducting a research programme to make recommendations for annual revisions to the Energy Technology List including detailed proposals for updating the ETCL and updating claim values where the ECA does not apply to the full cost of the equipment;
6.Managing and conducting a proportionate annual testing regime to ensure the continued integrity of the ETL and to support the applications appeals process.
7.Responding to ad hoc requests.

The maximum value of Lot 2 for 3yrs is £3,387,000.
      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: 4,516,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      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:       Yes             
      Description of options: For some of the responsibilities outlined in the specification tables, a high-level suggested approach to QA has been outlined in the right-hand column. However, BEIS is interested in considering other ideas for improving the approach to QA. Therefore, when outlining the QA plan, BEIS encourages alternative options for carrying out QA in a more effective way as well as confirming whether or not the suggested approach is practicable.
      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: Regarding Lot 2: BEIS will release the Products Policy Model Draft User Guide and some supporting background material to potential bidders, subject to completion & return of the confidentiality agreement at Annex E. Requests should be sent to efficientproducts@decc.gsi.gov.uk before the tender deadline.

The contract is for a period of 36 months with a possible extension of up to 12 months.       


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: 2016/S 210 - 381127       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 20/02/2017 Time: 10:00
            
      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: 20/02/2017
         Time: 10:30
      

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-services./83Z665J3S6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/83Z665J3S6
   VI.4) Procedures for review
   VI.4.1) Review body:
             Department for Business, Energy and Industrial Strategy (BEIS)
       3 Whitehall Place, London, SW1A 2AW, 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: 30/01/2017

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 and Industrial Strategy (BEIS)
       3 Whitehall Place, London, SW1A 2AW, United Kingdom
       Email: efficientproducts@decc.gsi.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.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: Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services            
      Reference number: TRN 1229/10/2016

      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) wishes to appoint a Supplier(s) to undertake the following work, in the form of two contracts: one covering the Energy Technology List Scheme Delivery; the other the combined Energy Technology List Scheme Research Programme Services and Products Policy Support Services.
This contract is divided into 2 lots:
Lot 1:
Energy Technology List Scheme Delivery;
Lot 2
•Work strand A: Products Policy Support Services
•Work strand B: Energy Technology List Research Programme Services.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,617,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot1: Energy Technology List Scheme Delivery   
      Lot No:Lot 1

      II.2.2) Additional CPV code(s):
            79420000 - Management-related services.
               DA26-9 - Management
            72320000 - Database services.
            72242000 - Design-modelling services.
            71318000 - Advisory and consultative engineering services.
            71350000 - Engineering-related scientific and technical services.
            71356000 - Technical services.
            71356200 - Technical assistance services.
            71600000 - Technical testing, analysis and consultancy services.
            71621000 - Technical analysis or consultancy 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 No 1: Delivery of the Energy Technology List

The Authority is seeking a supplier to deliver the Energy Technology List (ETL). The ETL’s purpose is to promote business energy-efficiency
The main responsibilities include:-

1.Delivery of the scheme, including its continued development and improved performance, working closely with the supplier for Lot 2;
2.Maintaining the ETPL by processing applications and adding/removing new products on a monthly basis based on the qualifying criteria;
3.Annual revision: updating the ETPL and guidance documents to ensure continued level of compliance with the annual revision to the ETCL;
4.Responding to written or verbal stakeholder enquiries about the ECA/ETL schemes.
The contract will be offered for 3 years and the Authority reserves the right to offer a further year’s extension.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:For some of the responsibilities outlined in the specification tables, a high-level suggested approach to QA has been outlined in the right-hand column. However, BEIS is interested in considering other ideas for improving the approach to QA. Therefore, when outlining the QA plan, BEIS encourages alternative options for carrying out QA in a more effective way as well as confirming whether or not the suggested approach is practicable.

      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: The contract is for a period of 36 months with a possible extension of up to 12 months, unless terminated or extended by the Department in accordance with the terms of the contracts. The decision to extend will be subject to review at the end of year 3.
The maximum value of Lot 1 over 3 years is £1,230,000.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2: •Work strand A: Products Policy Support Services •Work strand B: Energy Technology List Research Programme Services.   
      Lot No:Lot 2

      II.2.2) Additional CPV code(s):
            73110000 - Research services.
            71350000 - Engineering-related scientific and technical services.
            71356000 - Technical services.
            71356200 - Technical assistance services.
            71356300 - Technical support services.
            71600000 - Technical testing, analysis and consultancy services.
            71621000 - Technical analysis or consultancy services.
            71318000 - Advisory and consultative engineering services.
            72242000 - Design-modelling services.
            72320000 - Database 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 No 2:
Work strand A: Products Policy Support Services
The Authority is seeking a supplier to provide policy support services to help the UK Government develop & implement policies to improve the energy efficiency & other environmental impacts of energy using products by supporting the development of energy efficiency & energy labelling standards.
Work strand B: Energy Technology List Research Programme & Technical Analysis.
Responsibilities include:-
1.Providing technical briefing & analysis on specific energy-related products, including applications for ETL product listing & new technology proposals;
2.Developing cost-benefit analysis;
3.Updating the Products Policy model;
4.Maintaining the Products Policy evidence base;
5.Conducting a research programme to make recommendations for annual revisions to the ETL including detailed proposals for updating the ETCL & updating claim values where the ECA does not apply to the full cost of the equipment;
6.Managing &

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:For some of the responsibilities outlined in the specification tables, a high-level suggested approach to QA has been outlined in the right-hand column. However, BEIS is interested in considering other ideas for improving the approach to QA. Therefore, when outlining the QA plan, BEIS encourages alternative options for carrying out QA in a more effective way as well as confirming whether or not the suggested approach is practicable.

      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: Regarding Lot 2: BEIS will release the Products Policy Model Draft User Guide and some supporting background material to potential bidders, subject to completion & return of the confidentiality agreement at Annex E. Requests should be sent to efficientproducts@decc.gsi.gov.uk before the tender deadline.

The contract is for a period of 36 months with a possible extension of up to 12 months.


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
       Not Provided
   

   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: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 28/02/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: 0          
         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 Trust Advisory Ltd
             4th Floor, Dorset House 27-45 Stamford Street, LONDON, SE1 9NT, United Kingdom
             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: 1,230,000
         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: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 13/03/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: 0          
         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)
             ICF Consulting Services Limited
             Watling House 33 Cannon Street, LONDON, EC4M 5SB, United Kingdom
             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: 3,387,000
         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=199766490
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=259981274

   VI.4) Procedures for review

      VI.4.1) Review body
          Department for Business, Energy and Industrial Strategy (BEIS)
          3 Whitehall Place, LONDON, SW1A 2AW, United Kingdom

      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: 23/05/2017