The Department for Business, Energy and Industrial Strategy (BEIS): Programme Management Contractor (PMC) for UK hydrogen for heat demonstration

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

Notice Summary
Title: Programme Management Contractor (PMC) for UK hydrogen for heat demonstration
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: The programme will support and inform future policy analysis and understanding of the potential for hydrogen use to contribute to meeting the UK’s 2050 carbon targets. The programme is intended to complete by end of March 2021 and consist of 9 packages: (1) Programme management (2) Definition of a hydrogen quality standard (3) Establishing an appliance and equipment testing capability (4) Development of domestic hydrogen appliances (5) Understanding commercial appliances (6) Understanding industrial appliances (7) Assessment of suitability of existing buildings (8) Trialing hydrogen appliances in unoccupied buildings (9) Preparations for occupied consumer trial. For background information, the full specification and further information on this project please see the ITT and related documents attached to this notice.
Published: 11/07/2017 16:36
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
             Email: BuiltEnvironmentInnovation@beis.gov.uk
             Contact: Steve Loades
             Main Address: http://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-and-development-services-and-related-consultancy-services./TK6B2AN5US
      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: Programme Management Contractor (PMC) for UK hydrogen for heat demonstration       
      Reference Number: TRN: 1318/06/2017
      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: The programme will support and inform future policy analysis and understanding of the potential for hydrogen use to contribute to meeting the UK’s 2050 carbon targets.

The programme is intended to complete by end of March 2021 and consist of 9 packages: (1) Programme management (2) Definition of a hydrogen quality standard (3) Establishing an appliance and equipment testing capability (4) Development of domestic hydrogen appliances (5) Understanding commercial appliances (6) Understanding industrial appliances (7) Assessment of suitability of existing buildings (8) Trialing hydrogen appliances in unoccupied buildings (9) Preparations for occupied consumer trial.

For background information, the full specification and further information on this project please see the ITT and related documents attached to this notice.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,300,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      79421000 - Project-management services other than for construction work.
      73100000 - Research and experimental development services.
      73110000 - Research services.
      79994000 - Contract administration services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: BEIS intends to appoint a programme management contractor (PMC), with required programme and technical expertise, to manage and deliver a programme to demonstrate and de-risk the use of hydrogen for heating in GB homes and businesses.

The programme will support and inform future policy analysis and understanding of the potential for hydrogen use to contribute to meeting the UK’s 2050 carbon targets. The programme is intended to complete by end of March 2021 and consist of 9 packages: (1) Programme management (2) Definition of a hydrogen quality standard (3) Establishing an appliance and equipment testing capability (4) Development of domestic hydrogen appliances (5) Understanding commercial appliances (6) Understanding industrial appliances (7) Assessment of suitability of existing buildings (8) Trialing hydrogen appliances in unoccupied buildings (9) Preparations for occupied consumer trial.

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: 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: 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, and the contract will be awarded on the basis of the most economically advantageous tender.       


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: 2017/S 81 - 156274       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 11/08/2017 Time: 12:00
            
      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): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 11/08/2017
         Time: 12:01
      

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 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-and-development-services-and-related-consultancy-services./TK6B2AN5US

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TK6B2AN5US
   VI.4) Procedures for review
   VI.4.1) Review body:
             Department for Business Energy and Industrial Strategy
       1 Victoria Street, London, SW1H 0ET, United Kingdom
   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: 11/07/2017

Annex A


View any Notice Addenda

Programme Management Contractor (PMC) for UK hydrogen for heat demonstration

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

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Department for Business, Energy and Industrial Strategy (BEIS)
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Email: BuiltEnvironmentInnovation@beis.gov.uk
       Contact: Steve Loades
       Main Address: http://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

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Programme Management Contractor (PMC) for UK hydrogen for heat demonstration      Reference number: TRN: 1318/06/2017      
   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: The programme will support and inform future policy analysis and understanding of the potential for hydrogen use to contribute to meeting the UK’s 2050 carbon targets.

The programme is intended to complete by end of March 2021 and consist of 9 packages: (1) Programme management (2) Definition of a hydrogen quality standard (3) Establishing an appliance and equipment testing capability (4) Development of domestic hydrogen appliances (5) Understanding commercial appliances (6) Understanding industrial appliances (7) Assessment of suitability of existing buildings (8) Trialing hydrogen appliances in unoccupied buildings (9) Preparations for occupied consumer trial.

For background information, the full specification and further information on this project please see the ITT and related documents attached to this notice.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 24/07/2017

VI.6) Original notice reference:

   Notice Reference:    2017 - 208264   
   Notice number in OJ S:    2017/S 132 - 270163
   Date of dispatch of the original notice: 11/07/2017

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: Deadline for tenders to be submitted:          
         Instead of:
         Date: 11/08/2017         
         Local Time: 12:00          
         Read:
         Date: 24/08/2017         
         Local Time: 12:00                   
      
      VII.1.2) Text to be corrected in original notice No: 2
                                    
         Section Number: IV.2.7          
         Place of text to be modified: Time from which tender opening can take place:          
         Instead of:
         Date: 11/08/2017         
         Local Time: 12:01          
         Read:
         Date: 24/08/2017         
         Local Time: 12:01                   
   
VII.2) Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=269593883



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

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

This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity

I.1) Name and addresses
       Department for Business, Energy and Industrial Strategy (BEIS)
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 02072151735, Email: BuiltEnvironmentInnovation@beis.gov.uk
       Contact: Steve Loades
       Main Address: http://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

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Programme Management Contractor (PMC) for UK hydrogen for heat demonstration   
      Reference number: TRN: 1318/06/2017   
   
   II.1.2) Main CPV code:
      73000000 - Research and development services and related consultancy services.
       
   II.1.3) Type of contract: SERVICES

II.2) Description

   II.2.1) Title: Not Provided    
   Lot No: Not Provided    

   II.2.2) Additional CPV codes:
      79421000 - Project-management services other than for construction work.
      73100000 - Research and experimental development services.
      73110000 - Research services.
      79994000 - Contract administration services.
       
   
   II.2.3) Place of performance:
      UK UNITED KINGDOM
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    Not Provided    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
         Duration in months: 42             
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided          
   
   II.2.13) Information about European Union funds:
   The procurement is related to a project and/or programme financed by European Union funds: No    


Section IV: Procedure

IV.2) Administrative information
   
   IV.2.1) Contract award notice concerning this contract
   Notice number in OJ S: 2017/S 229 - 477623    

Section V: Award of contract/concession

Contract No: TRN1318/06/2017   Lot No: Not Provided    Title: Programme Management Contractor (PMC) for UK hydrogen for heat demonstration
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 03/11/2017   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: Yes

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Ove Arup & Partners Ltd, 01312453
          13 Fitzory Street, London, W1T 4BQ, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 2:
          Kiwa Ltd, 03473056
          Kiwa House, Malvern View Business Park, Stella Way, Bishops Cleeve,, Cheltenham,, GL52 7DQ, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 3:
          YOenergy Limited, 06640591
          20 Broadway, Bath, BA2 4JA, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 4:
          EMBERS Installations Ltd, 07289739
          28 Monkbridge Road, Leeds, LS6, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 5:
          Progressive Energy Limited, 03620177
          20 Lansdown, Gloucestershire, GL15 1BG, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 3,987,541.65   
   Currency: GBP

Section VI: Complementary Information

   VI.3) Additional Information:
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=506734386
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       Department for Business Energy and Industrial Strategy
       1 Victoria Street, London, SW1H 0ET, United Kingdom
   
      V1.4.2) Body responsible for mediation procedures:
      Not Provided

      VI.4.3) Review procedure
         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: 08/07/2020
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      73000000 - Research and development services and related consultancy services.
   

   VII.1.2) Additional CPV code(s)
      Not Provided

   VII.1.3) Place of performance:
      UK UNITED KINGDOM
       
   
   VII.1.4) Description of the procurement:
    This variation is for extra resource for technical advice & prog mgt of WP delivery and oversight, and the cessation of WP9 activities.

Additional requirements were not foreseeable. Key drivers of the variation are:

-Requirement for extra programme / WP management & technical advice to deliver the prototype appliances & related technical work.

-Need for further technical & prog mgt support to deliver the Quantative Risk Assessment (QRA) work,

-Decision to halt all work on WP9.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
               Start: 03/11/2017 / End: 31/03/2021       
   
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided       .
   
   VII.1.6) Information on value of the contract/lot/concession
   Total value of the contract/lot/concession: 6,305,790.19   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: Yes
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          Ove Arup & Partners Ltd, 01312453
          13 Fitzory Street, London, W1T 4BQ, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No

   VII.1.7) Name and address of the contractor/concessionaire, No. 2:
          Kiwa Ltd, 03473056
          Kiwa House, Malvern View Business Park, Stella Way, Bishops Cleeve, Cheltenham, GL52 7DQ, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No

   VII.1.7) Name and address of the contractor/concessionaire, No. 3:
          YOenergy Limited, 06640591
          20 Broadway, Bath, BA2 4JA, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes

   VII.1.7) Name and address of the contractor/concessionaire, No. 4:
          Embers Installations Ltd, 07289739
          28 Monkbridge Road, Leeds,, LS6 4ER, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No

   VII.1.7) Name and address of the contractor/concessionaire, No. 5:
          Progressive Energy Limited, 03620177
          20 Lansdown, Gloucestershire, Stroud, GL15 1BG, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    This variation is for extra resource for technical advice & prog mgt of WP delivery and oversight, and the cessation of WP9 activities. Previous variations were:

+ CR01 Smart Hydrogen Meter variation (£300,000)

+ CR02 Quantitative Risk Assessment (QRA) (£449,929.85)    
   
   VII.2.2) Reasons for modification:
         Need for additional works, services or supplies by the original contractor/concessionaire (Art. 43(1)(b) of Directive 2014/23/EU, Art. 72(1)(b) of Directive 2014/24/EU, Art. 89(1)(b) of Directive 2014/25/EU)
   
   Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
    Change of contractor cannot be made due to being 3 years into programme of work; handover to another supplier would involve significant high-risk, and duplication of costs. E.g. on the QRA safety work where extensive technical analysis has already been done on the safety case that is being put together for trialling hydrogen in homes.
Introducing a new contractor would also have serious timing impacts, and prevent the programme being finished on time.       
   
   VII.2.3) Increase in price
   Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
   the case of Directive 2014/23/EU, average inflation in the Member State concerned)
   Value excluding VAT: 4,737,471.5   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 6,305,790.19    
   Currency: GBP

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
       Email: BuiltEnvironmentInnovation@beis.gov.uk
       Contact: Steve Loades
       Main Address: http://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: Programme Management Contractor (PMC) for UK hydrogen for heat demonstration            
      Reference number: TRN: 1318/06/2017

      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: The programme will support and inform future policy analysis and understanding of the potential for hydrogen use to contribute to meeting the UK’s 2050 carbon targets.

The programme is intended to complete by end of March 2021 and consist of 9 packages: (1) Programme management (2) Definition of a hydrogen quality standard (3) Establishing an appliance and equipment testing capability (4) Development of domestic hydrogen appliances (5) Understanding commercial appliances (6) Understanding industrial appliances (7) Assessment of suitability of existing buildings (8) Trialing hydrogen appliances in unoccupied buildings (9) Preparations for occupied consumer trial.

For background information, the full specification and further information on this project please see the ITT and related documents attached to this notice.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,300,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            79421000 - Project-management services other than for construction work.
            73100000 - Research and experimental development services.
            73110000 - Research services.
            79994000 - Contract administration 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: BEIS intends to appoint a programme management contractor (PMC), with required programme and technical expertise, to manage and deliver a programme to demonstrate and de-risk the use of hydrogen for heating in GB homes and businesses.
The programme will support and inform future policy analysis and understanding of the potential for hydrogen use to contribute to meeting the UK’s 2050 carbon targets. The programme is intended to complete by end of March 2021 and consist of 9 packages: (1) Programme management (2) Definition of a hydrogen quality standard (3) Establishing an appliance and equipment testing capability (4) Development of domestic hydrogen appliances (5) Understanding commercial appliances (6) Understanding industrial appliances (7) Assessment of suitability of existing buildings (8) Trialing hydrogen appliances in unoccupied buildings (9) Preparations for occupied consumer trial.
For background, full specification and further information 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: 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, and the contract will be awarded on the basis of the most economically advantageous tender.


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 132-270163
      
   

   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: TRN1318/06/2017    
   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: 03/11/2017

      V.2.2) Information about tenders
         Number of tenders received: 10
         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: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Ove Arup & Partners Ltd
             13 Fitzory Street, London, W1T 4BQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Kiwa Ltd
             Kiwa House, Malvern View Business Park, Stella Way, Bishops Cleeve,, Cheltenham,, GL52 7DQ, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             YOenergy Limited
             20 Broadway, Bath, BA2 4JA, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             EMBERS Installations Ltd
             28 Monkbridge Road, Leeds, LS6, United Kingdom
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.5)
             Progressive Energy Limited
             20 Lansdown, Gloucestershire, GL15 1BG, 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: 3,987,541.65
         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=289047594

   VI.4) Procedures for review

      VI.4.1) Review body
          Department for Business Energy and Industrial Strategy
          1 Victoria Street, London, SW1H 0ET, United Kingdom

      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: 27/11/2017