The Department for Business, Energy and Industrial Strategy (BEIS): Climate Change Agreements Scheme (CCA) Evaluation

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

Notice Summary
Title: Climate Change Agreements Scheme (CCA) Evaluation
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: BEIS requires a contractor to undertake an evaluation of the Climate Change Agreements (CCAs) scheme that started on 1 April 2013 to understand the impact and value for money of the current scheme and to provide wider learning for any future scheme and policies. In scoping this evaluation, BEIS envisage a range of specific activities. These activities include: •Theoretical framework development; •Micro-Econometric analysis; •Macro-Economic analysis; •Quantitative data collection and analysis; •Qualitative data collection and analysis; •Additional CCA scheme data analysis; •Literature review of comparative international schemes. See further description below for this opportiunity.
Published: 22/02/2018 14:29
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 and development services and related consultancy services.
Section I: Contracting Authority
      I.1) Name and addresses
             Department for Business, Energy and Industrial Strategy (BEIS)
             1 Victoria Street,, London,, SW1H 0ET, United Kingdom
             Tel. +44 30006885577, Email: CCAResearch@beis.gov.uk
             Contact: Andy Jackson
             Main Address: www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy, Address of the buyer profile: www.delta-esourcing.com
             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%2C:-Research-and-development-services-and-related-consultancy-services./T775RN5673
      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: http://www.delta-esourcing.com/tenders/UK-title/T775RN5673
      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: Climate Change Agreements Scheme (CCA) Evaluation       
      Reference Number: TRN No 1438/02/2018
      II.1.2) Main CPV Code:
      73000000 - Research and development services and related consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: BEIS requires a contractor to undertake an evaluation of the Climate Change Agreements (CCAs) scheme that started on 1 April 2013 to understand the impact and value for money of the current scheme and to provide wider learning for any future scheme and policies.

In scoping this evaluation, BEIS envisage a range of specific activities. These activities include:
•Theoretical framework development;
•Micro-Econometric analysis;
•Macro-Economic analysis;
•Quantitative data collection and analysis;
•Qualitative data collection and analysis;
•Additional CCA scheme data analysis;
•Literature review of comparative international schemes.

See further description below for this opportiunity.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      73110000 - Research services.
      73200000 - Research and development consultancy services.
      73210000 - Research consultancy services.
      79311400 - Economic research services.
      79315000 - Social research services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Further to the earlier description, the evaluation of Climate Change Agreements (CCAs) scheme that started on 1 April 2013 aims to assess:
a) the extent to which the scheme has achieved its objectives (i.e. incentivising energy efficiency whilst maintaining competitiveness) and how these have been achieved;
b) the extent to which this has delivered value for money ;
c) the evidence on the effectiveness of CCAs and similar schemes to be used to develop future policy.

These aims will be met through two phases:

Phase 1 (Pilot) will assess the feasibility of a main evaluation, including the counterfactual scenarios, and will consolidate the design of the main evaluation. This phase will also assess the existing evidence on the effectiveness of CCAs and similar international schemes to develop future policy. This Phase may include carrying out modelling on a sample of sectors to demonstrate what can be delivered through the main evaluation process. A break point is included at the end of Phase 1, and at this point whether further evaluation work is required or the exact nature of the activities to be included in Phase 2 will be agreed.

Subject to the outcome of Phase 1, Phase 2 (main evaluation) will undertake the evaluation of the scheme to assess its impact and value for money and to understand how this evidence can be used to develop future policy . This Phase will end with a synthesis of the evaluation evidence which addresses the final agreed research questions.

For background information, the full specification and further information on this project please see the ITT.
      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: 386,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 24       
      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: This opportunity is for 18 months however we will reserve the option of being able to extend the contract by up to a further 6 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       
      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: 17/04/2018 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:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 17/04/2018
         Time: 14:00
      

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%2C:-Research-and-development-services-and-related-consultancy-services./T775RN5673

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T775RN5673
   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 30006885577, Email: CCAResearch@beis.gov.uk
       Internet address: www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy,
   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: 22/02/2018

Annex A


View any Notice Addenda

View Award Notice

UK-London,: Research and development services and related consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Department for Business, Energy and Industrial Strategy (BEIS)
       1 Victoria Street,, London,, SW1H 0ET, United Kingdom
       Tel. +44 30006885577, Email: CCAResearch@beis.gov.uk
       Contact: Andy Jackson
       Main Address: www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy, Address of the buyer profile: www.delta-esourcing.com
       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: Climate Change Agreements Scheme (CCA) Evaluation            
      Reference number: TRN No 1438/02/2018

      II.1.2) Main CPV code:
         73000000 - Research and development services and related consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: BEIS requires a contractor to undertake an evaluation of the Climate Change Agreements (CCAs) scheme that started on 1 April 2013 to understand the impact and value for money of the current scheme and to provide wider learning for any future scheme and policies.

In scoping this evaluation, BEIS envisage a range of specific activities. These activities include:
•Theoretical framework development;
•Micro-Econometric analysis;
•Macro-Economic analysis;
•Quantitative data collection and analysis;
•Qualitative data collection and analysis;
•Additional CCA scheme data analysis;
•Literature review of comparative international schemes.

See further description below for this opportiunity.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 385,575
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            73110000 - Research services.
            73200000 - Research and development consultancy services.
            73210000 - Research consultancy services.
            79311400 - Economic research services.
            79315000 - Social research 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: Further to the earlier description, the evaluation of Climate Change Agreements (CCAs) scheme that started on 1 April 2013 aims to assess:
a) the extent to which the scheme has achieved its objectives (i.e. incentivising energy efficiency whilst maintaining competitiveness) and how these have been achieved;
b) the extent to which this has delivered value for money ;
c) the evidence on the effectiveness of CCAs and similar schemes to be used to develop future policy.
For background information, the full specification and further information on this project please see the ITT.

      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: This opportunity is for 18 months however we will reserve the option of being able to extend the contract by up to a further 6 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
       Notice number in the OJEU: 2018/S 39-85173
      
   

   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: 30/04/2018

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 1 (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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CAG Consultans
             150 Minories, London, EC3N 1LS, 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: 385,575
         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=329200115

   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 30006885577, Email: CCAResearch@beis.gov.uk
          Internet address: www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy,

      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: 26/06/2018