Borough Council of King's Lynn & West Norfolk: Net-Zero Norfolk Feasibility Studies

  Borough Council of King's Lynn & West Norfolk is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Net-Zero Norfolk Feasibility Studies
Notice type: Contract Notice
Authority: Borough Council of King's Lynn & West Norfolk
Nature of contract: Services
Procedure: Open
Short Description: The Borough Council of King’s Lynn and West Norfolk on behalf of the Norfolk Climate Change Partnership invites tenders from suitably qualified professional teams to produce two separate Feasibility Studies for a project to assist the County of Norfolk in achieving its national Net-Zero Objectives.
Published: 14/12/2021 15:20

View Full Notice

UK-King's Lynn: Environmental planning.
Section I: Contracting Authority
      I.1) Name and addresses
             Borough Council of King's Lynn & West Norfolk
             Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
             Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
             Contact: Procurement
             Main Address: www.west-norfolk.gov.uk
             NUTS Code: UKH16
      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: https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Environmental-planning./PH4TZ5S246
      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
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Net-Zero Norfolk Feasibility Studies       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      90712000 - Environmental planning.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Borough Council of King’s Lynn and West Norfolk on behalf of the Norfolk Climate Change Partnership invites tenders from suitably qualified professional teams to produce two separate Feasibility Studies for a project to assist the County of Norfolk in achieving its national Net-Zero Objectives.       
      II.1.5) Estimated total value:
      Value excluding VAT: 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: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Sustainable Hydrogen Infrastructure for Transport Feasibility Study       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      90713000 - Environmental issues consultancy services.
      
      II.2.3) Place of performance:
      UKH1 East Anglia
      
      II.2.4) Description of procurement: The Borough Council of King’s Lynn and West Norfolk on behalf of the Norfolk Climate Change Partnership invites tenders from suitably qualified professional teams to produce two separate Feasibility Studies for a project to assist the County of Norfolk in achieving its national Net-Zero Objectives.
      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: 180,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 07/02/2022 / End: 30/06/2022       
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/PH4TZ5S246       
II.2) Description Lot No. 2
      
      II.2.1) Title: Community Energy Kickstarter Feasibility Study       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90713000 - Environmental issues consultancy services.
      
      II.2.3) Place of performance:
      UKH1 East Anglia
      
      II.2.4) Description of procurement: The Borough Council of King’s Lynn and West Norfolk on behalf of the Norfolk Climate Change Partnership invites tenders from suitably qualified professional teams to produce two separate Feasibility Studies for a project to assist the County of Norfolk in achieving its national Net-Zero Objectives.
      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: 120,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 07/02/2022 / End: 30/06/2022       
      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: 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: 18/01/2022 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: 18/01/2022
         Time: 14:00
         Place:
         Council Offices
      

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 Yes       
   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-King%27s-Lynn:-Environmental-planning./PH4TZ5S246

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PH4TZ5S246
   VI.4) Procedures for review
   VI.4.1) Review body:
             Borough Council of King's Lynn & West Norfolk
       Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
       Tel. +44 1553616200, Email: monitoringofficer@west-norfolk.gov.uk
       Internet address: www.west-norfolk.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 14/12/2021

Annex A


View any Notice Addenda

View Award Notice

UK-King's Lynn: Environmental planning.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Borough Council of King's Lynn & West Norfolk
       Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
       Tel. +44 1553616200, Email: procurementtenders@west-norfolk.gov.uk
       Contact: Procurement
       Main Address: www.west-norfolk.gov.uk
       NUTS Code: UKH16

   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:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Net-Zero Norfolk Feasibility Studies            
      Reference number: BCKLWN219

      II.1.2) Main CPV code:
         90712000 - Environmental planning.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Borough Council of King’s Lynn and West Norfolk on behalf of the Norfolk Climate Change Partnership invites tenders from suitably qualified professional teams to produce two separate Feasibility Studies for a project to assist the County of Norfolk in achieving its national Net-Zero Objectives.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 265,730
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Sustainable Hydrogen Infrastructure for Transport Feasibility Study   
      Lot No:1

      II.2.2) Additional CPV code(s):
            90713000 - Environmental issues consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKH1 - East Anglia
   
      Main site or place of performance:
      East Anglia
             

      II.2.4) Description of the procurement: The Borough Council of King’s Lynn and West Norfolk on behalf of the Norfolk Climate Change Partnership invites tenders from suitably qualified professional teams to produce two separate Feasibility Studies for a project to assist the County of Norfolk in achieving its national Net-Zero Objectives.

      II.2.5) Award criteria:
      Quality criterion - Name: Approach to the commission, understanding of the study requirements and outline of initial proposals / Weighting: 25
      Quality criterion - Name: Proposed project programme including breakdown of key workstreams and milestones / Weighting: 15
      Quality criterion - Name: Experience, knowledge and expertise of delivering similar studies / Weighting: 15
      Quality criterion - Name: Details of the proposed project team that will be involved in the studies, including CVs of Personnel / Weighting: 15
                  
      Cost criterion - Name: Total fixed cost for feasibility studies, broken down by workstreams / Weighting: 30
            

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/PH4TZ5S246

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Community Energy Kickstarter Feasibility Study   
      Lot No:2

      II.2.2) Additional CPV code(s):
            90713000 - Environmental issues consultancy services.


      II.2.3) Place of performance
      Nuts code:
      UKH1 - East Anglia
   
      Main site or place of performance:
      East Anglia
             

      II.2.4) Description of the procurement: The Borough Council of King’s Lynn and West Norfolk on behalf of the Norfolk Climate Change Partnership invites tenders from suitably qualified professional teams to produce two separate Feasibility Studies for a project to assist the County of Norfolk in achieving its national Net-Zero Objectives.

      II.2.5) Award criteria:
      Quality criterion - Name: Approach to the commission, understanding of the study requirements and outline of initial proposals / Weighting: 25
      Quality criterion - Name: Proposed project programme including breakdown of key workstreams and milestones / Weighting: 15
      Quality criterion - Name: Experience, knowledge & expertise of delivering similar studies / Weighting: 15
      Quality criterion - Name: Details of the proposed project team that will be involved in the Studies, including CVs of personnel / Weighting: 15
                  
      Cost criterion - Name: Total fixed cost for feasibility studies, broken down by workstreams / Weighting: 30
            

      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: Not Provided


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: 2021/S 000-031125
      
   

   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: Sustainable Hydrogen Infrastructure for Transport Feasibility Study

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/02/2022

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Ricardo-AEA Ltd, 08229264
             Shoreham Technical Centre, Old Shoreham Road, Shoreham by Sea, BN43 5FG, United Kingdom
             Tel. +44 1235753000, Email: salessupportteam@ricardo.com
             NUTS Code: UKJ2
            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: 154,330          
         Total value of the contract/lot: 154,330
         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: Community Energy Kickstarter Feasibility Study

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 10/02/2022

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         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)
             Hydrogen East ltd, 12709259
             C/O Opergy Group, Central House, 20 Central Avenue, Norwich, NR7 0HR, United Kingdom
             Email: mail@hydrogeneast.uk
             NUTS Code: UKH15
            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: 111,400          
         Total value of the contract/lot: 111,400
         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=683401840

   VI.4) Procedures for review

      VI.4.1) Review body
          Borough Council of King's Lynn & West Norfolk
          Kings Court, Chapel Street, King's Lynn, PE30 1EX, United Kingdom
          Tel. +44 1553616200, Email: monitoringofficer@west-norfolk.gov.uk
          Internet address: www.west-norfolk.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 13/04/2022