The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Incubation Support Services to the BEIS Energy Innovation Programme |
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) is seeking to appoint a contractor for our Incubation Support Services to the department's Energy Innovation Programme. The overarching requirement for this work is the provision of an integrated incubation support service to projects within the BEIS Energy Innovation Programme. Provision of incubation support has been an integral part of past Energy Entrepreneurs Fund (EEF) and has been key to maximising value for money to Government by supporting grant recipients in the deployment of their innovative technologies on a commercial scale. We wish to procure a similar service for the BEIS 2016-2021 Energy Innovation Programme. |
Published: | 19/09/2016 15:51 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department for Business, Energy & Industrial Strategy (BEIS)
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Tel. +44 3000686847, Email: elizabeth.milsom@beis.gov.uk
Contact: Elizabeth Milsom
Main Address: www.beis.gov.uk, Address of the buyer profile: www.beis.gov.uk
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:-Administrative-services-for-business-operations./GXFX434M4U
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: Incubation Support Services to the BEIS Energy Innovation Programme
Reference Number: TRN 1197/08/2016
II.1.2) Main CPV Code:
75112000 - Administrative services for business operations.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Department for Business, Energy & Industrial Strategy (BEIS) is seeking to appoint a contractor for our Incubation Support Services to the department's Energy Innovation Programme. The overarching requirement for this work is the provision of an integrated incubation support service to projects within the BEIS Energy Innovation Programme. Provision of incubation support has been an integral part of past Energy Entrepreneurs Fund (EEF) and has been key to maximising value for money to Government by supporting grant recipients in the deployment of their innovative technologies on a commercial scale. We wish to procure a similar service for the BEIS 2016-2021 Energy Innovation Programme.
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: 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: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Incubation Planning
Lot No: Lot 1
II.2.2) Additional CPV codes:
75100000 - Administration services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 1
1.1Review and update, if necessary, the existing assessment framework for incubation services. This is the methodology and framework in which companies’ incubation needs are assessed and an incubation plan is developed for each project.
1.2Delivery of assessments of individual companies, who receive a grant under EEF Round 5 and any subsequent rounds over the next 5 years, for their incubation needs and preparation of the incubation plan.
1.3Incubation plan: from the assessment, the identification of tasks to be carried out e.g. commercial, intellectual property, technology transfer advice, and written into a plan which is seen and agreed by the project and DECC.
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: 270,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: If a contract is awarded it will be for 36 months with the potential for a further 24 months duration.
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: LOT 1 – up to £270,000 [based on £2000 - £3,000 per project]
The budget indicated above assumes a peak of 90 projects receiving incubation support until March 2021.
II.2) Description Lot No. 2
II.2.1) Title: Incubation Coordination
Lot No: Lot 2
II.2.2) Additional CPV codes:
75100000 - Administration services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 2
2.1Coordination of incubation support services for all EEF projects and between suppliers of services. A service which checks that incubation support is being delivered to the companies as per the incubation plan; performs QA of the outputs and reports back to DECC on progress/ issues via a monthly meeting with DECC. Keeps a written log of each task performed for each company from the incubation coordinator, along with time so that finance can be tracked and signed off by DECC.
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: 1,350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: If a contract is awarded it will be for 36 months with the potential for a further 24 months duration.
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: LOT 2 – up to £1,350,000 [based on £3000 - £5000 per project per year]
The budget indicated above assumes a peak of 90 projects receiving incubation support until March 2021.
II.2) Description Lot No. 3
II.2.1) Title: Incubation Management and Support Provider
Lot No: Lot 3
II.2.2) Additional CPV codes:
75100000 - Administration services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Lot 3
3.1Delivery of incubation support tasks: specialist providers who will deliver the identified tasks in the incubation plans.
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: 4,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: If a contract is awarded it will be for 36 months with the potential for a further 24 months duration.
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: LOT 3 – up to £4,500,000 [based on £30,000 - £50,000 per project]
The budget indicated above assumes a peak of 90 projects receiving incubation support until March 2021.
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
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: 28/10/2016 Time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 28/10/2016
Time: 17:00
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.
Please note the following:
1. If a contract is awarded it will be for 36 months with the potential for a further 24 months duration.
2. Minimum time frame during which the tenderer must maintain the tender is for a duration of 6 months.
3. Bids are to be priced in GBP and invoices will be paid in this same currency if a contract is awarded.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Administrative-services-for-business-operations./GXFX434M4U
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/GXFX434M4U
VI.4) Procedures for review
VI.4.1) Review body:
Department for Business, Energy & Industrial Strategy
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Tel. +44 3000686847, Email: elizabeth.milsom@beis.gov.uk
Internet address: www.beis.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: 19/09/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department for Business, Energy & Industrial Strategy (BEIS)
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Tel. +44 3000686847, Email: elizabeth.milsom@beis.gov.uk
Contact: Elizabeth Milsom
Main Address: www.beis.gov.uk, Address of the buyer profile: www.beis.gov.uk
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: Incubation Support Services to the BEIS Energy Innovation Programme
Reference number: TRN 1197/08/2016
II.1.2) Main CPV code:
75112000 - Administrative services for business operations.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Department for Business, Energy & Industrial Strategy (BEIS) is seeking to appoint a contractor for our Incubation Support Services to the department's Energy Innovation Programme. The overarching requirement for this work is the provision of an integrated incubation support service to projects within the BEIS Energy Innovation Programme. Provision of incubation support has been an integral part of past Energy Entrepreneurs Fund (EEF) and has been key to maximising value for money to Government by supporting grant recipients in the deployment of their innovative technologies on a commercial scale. We wish to procure a similar service for the BEIS 2016-2021 Energy Innovation Programme.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,905,376
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Incubation Planning
Lot No:Lot 1
II.2.2) Additional CPV code(s):
75100000 - 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: Lot 1
1.1Review and update, if necessary, the existing assessment framework for incubation services. This is the methodology and framework in which companies’ incubation needs are assessed and an incubation plan is developed for each project.
1.2Delivery of assessments of individual companies, who receive a grant under EEF Round 5 and any subsequent rounds over the next 5 years, for their incubation needs and preparation of the incubation plan.
1.3Incubation plan: from the assessment, the identification of tasks to be carried out e.g. commercial, intellectual property, technology transfer advice, and written into a plan which is seen and agreed by the project and DECC.
II.2.5) Award criteria:
Quality criterion - Name: Understanding the requirement. / Weighting: 10
Quality criterion - Name: Methodology / Weighting: 20
Quality criterion - Name: Skills and expertise / Weighting: 25
Quality criterion - Name: Addressing Challenges and Risks / Weighting: 10
Quality criterion - Name: Management and Delivery / Weighting: 10
Quality criterion - Name: Cost / Weighting: 25
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: LOT 1 – up to £270,000 [based on £2000 - £3,000 per project]
The budget indicated above assumes a peak of 90 projects receiving incubation support until March 2021.
II.2) Description (lot no. 2)
II.2.1) Title:Incubation Coordination
Lot No:Lot 2
II.2.2) Additional CPV code(s):
75100000 - 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: Lot 2
2.1Coordination of incubation support services for all EEF projects and between suppliers of services. A service which checks that incubation support is being delivered to the companies as per the incubation plan; performs QA of the outputs and reports back to DECC on progress/ issues via a monthly meeting with DECC. Keeps a written log of each task performed for each company from the incubation coordinator, along with time so that finance can be tracked and signed off by DECC.
II.2.5) Award criteria:
Quality criterion - Name: Understanding the requirement. / Weighting: 10
Quality criterion - Name: Methodology / Weighting: 20
Quality criterion - Name: Skills and expertise / Weighting: 25
Quality criterion - Name: Addressing Challenges and Risks / Weighting: 10
Quality criterion - Name: Management and Delivery / Weighting: 10
Quality criterion - Name: Cost / Weighting: 25
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: LOT 2 – up to £1,350,000 [based on £3000 - £5000 per project per year]
The budget indicated above assumes a peak of 90 projects receiving incubation support until March 2021.
II.2) Description (lot no. 3)
II.2.1) Title:Incubation Management and Support Provider
Lot No:Lot 3
II.2.2) Additional CPV code(s):
75100000 - 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: Lot 3
3.1Delivery of incubation support tasks: specialist providers who will deliver the identified tasks in the incubation plans.
II.2.5) Award criteria:
Quality criterion - Name: Understanding the requirement. / Weighting: 10
Quality criterion - Name: Methodology / Weighting: 20
Quality criterion - Name: Skills and expertise / Weighting: 25
Quality criterion - Name: Addressing Challenges and Risks / Weighting: 10
Quality criterion - Name: Management and Delivery / Weighting: 10
Quality criterion - Name: Cost / Weighting: 25
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: LOT 3 – up to £4,500,000 [based on £30,000 - £50,000 per project]
The budget indicated above assumes a peak of 90 projects receiving incubation support until March 2021.
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: 2016/S 183-328307
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: Incubation Planning
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/12/2016
V.2.2) Information about tenders
Number of tenders received: 3
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: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
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 Limiting Technologies Ltd
Orchard House, Crondall Road, Crookham Village, Fleet, GU51 5SY, United Kingdom
Tel. +44 7766134496, Email: beverley.gower-jones@carbonlimitingtechnologies.com
Internet address: http://www.carbonlimitingtechnologies.com/
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: 230,889
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: Incubation Coordination
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/12/2016
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 4
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 Limiting Technologies Ltd
Orchard House, Crondall Road, Crookham Village, Fleet, GU51 5SY, United Kingdom
Tel. +44 7766134496, Email: beverley.gower-jones@carbonlimitingtechnologies.com
Internet address: http://www.carbonlimitingtechnologies.com/
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: 710,713
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: 3
Title: Incubation Management and Support Provider
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/12/2016
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 2
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)
Carbon Limiting Technologies Ltd
Orchard House, Crondall Lane, Crookham Village, Fleet, GU51 5SY, United Kingdom
Tel. +44 7766134496, Email: beverley.gower-jones@carbonlimitingtechnologies.com
Internet address: http://www.carbonlimitingtechnologies.com/
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: 2,963,774
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.
Please note the following:
1. If a contract is awarded it will be for 36 months with the potential for a further 24 months duration.
2. Minimum time frame during which the tenderer must maintain the tender is for a duration of 6 months.
3. Bids are to be priced in GBP and invoices will be paid in this same currency if a contract is awarded.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=259787509
VI.4) Procedures for review
VI.4.1) Review body
Department for Business, Energy & Industrial Strategy
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Tel. +44 3000686847, Email: elizabeth.milsom@beis.gov.uk
Internet address: www.beis.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: 22/05/2017