The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Contractors for the provision of hydrogen appliance demonstration facilities – (moveable) (Hy4Heat WP8a) |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | BEIS intends to appoint a contractor to develop and manage moveable hydrogen appliance demonstration facilities as part of the Hy4Heat programme’s work package 8a. Hy4Heat is a feasibility study to establish if it is technically possible, safe and convenient to replace natural gas (methane) with hydrogen in residential and commercial buildings and gas appliances. For background information, the full specification and further information on this project please see the ITT. |
Published: | 16/03/2020 15:03 |
View Full Notice
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 2076361531, Email: builtenvironmentinnovation@beis.gov.uk
Contact: Steve Loades
Main Address: https://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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Event-services./8GC32JT7N9
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: Contractors for the provision of hydrogen appliance demonstration facilities – (moveable) (Hy4Heat WP8a)
Reference Number: TRN: 2278/02/2020
II.1.2) Main CPV Code:
79952000 - Event services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: BEIS intends to appoint a contractor to develop and manage moveable hydrogen appliance demonstration facilities as part of the Hy4Heat programme’s work package 8a. Hy4Heat is a feasibility study to establish if it is technically possible, safe and convenient to replace natural gas (methane) with hydrogen in residential and commercial buildings and gas appliances.
For background information, the full specification and further information on this project please see the ITT.
II.1.5) Estimated total value:
Value excluding VAT: 750,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
79342200 - Promotional services.
79950000 - Exhibition, fair and congress organisation services.
79956000 - Fair and exhibition organisation services.
79310000 - Market research services.
79312000 - Market-testing services.
79315000 - Social research services.
79320000 - Public-opinion polling services.
79341100 - Advertising consultancy services.
79341400 - Advertising campaign services.
79342000 - Marketing services.
79342310 - Customer survey services.
79416000 - Public relations services.
79416100 - Public relations management services.
79416200 - Public relations consultancy services.
73210000 - Research consultancy services.
34220000 - Trailers, semi-trailers and mobile containers.
34221000 - Special-purpose mobile containers.
34223330 - Mobile units on trailers.
45223820 - Prefabricated units and components.
79341200 - Advertising management services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: This programme will serve to support and inform future policy appraisal in Government and to inform the development of policies and measures to meet UK carbon budgets.
The work incorporates designing and building moveable facilities, transporting to and installing in one or more locations and providing hospitality and market research services, all in relation to hydrogen appliances.
This work will be managed and coordinated by Arup+, who have been appointed by BEIS as the programme management contractor for the Hy4Heat programme.
This contract is for a period of 11 months, however BEIS may wish to extend the contract by a further period of up to 9 months.
For background and further information on this project please see the Invitation to Tender documents.
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: 750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 20
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
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: 2019/S 182 - 443277
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/04/2020 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): 3
IV.2.7) Conditions for opening of tenders:
Date: 17/04/2020
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.
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=476558153
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Event-services./8GC32JT7N9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/8GC32JT7N9
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: 16/03/2020
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 and Industrial Strategy (BEIS)
1 Victoria Street, London, SW1H 0ET, United Kingdom
Tel. +44 2076361531, Email: builtenvironmentinnovation@beis.gov.uk
Contact: Steve Loades
Main Address: https://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: Contractors for the provision of hydrogen appliance demonstration facilities – (moveable) (Hy4Heat WP8a)
Reference number: TRN: 2278/02/2020
II.1.2) Main CPV code:
79952000 - Event services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: BEIS intends to appoint a contractor to develop and manage moveable hydrogen appliance demonstration facilities as part of the Hy4Heat programme’s work package 8a. Hy4Heat is a feasibility study to establish if it is technically possible, safe and convenient to replace natural gas (methane) with hydrogen in residential and commercial buildings and gas appliances.
For background information, the full specification and further information on this project please see the ITT.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 749,720.97
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
79342200 - Promotional services.
79950000 - Exhibition, fair and congress organisation services.
79956000 - Fair and exhibition organisation services.
79310000 - Market research services.
79312000 - Market-testing services.
79315000 - Social research services.
79320000 - Public-opinion polling services.
79341100 - Advertising consultancy services.
79341400 - Advertising campaign services.
79342000 - Marketing services.
79342310 - Customer survey services.
79416000 - Public relations services.
79416100 - Public relations management services.
79416200 - Public relations consultancy services.
73210000 - Research consultancy services.
34220000 - Trailers, semi-trailers and mobile containers.
34221000 - Special-purpose mobile containers.
34223330 - Mobile units on trailers.
45223820 - Prefabricated units and components.
79341200 - Advertising management 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: This programme will serve to support and inform future policy appraisal in Government and to inform the development of policies and measures to meet UK carbon budgets.
The work incorporates designing and building moveable facilities, transporting to and installing in one or more locations and providing hospitality and market research services, all in relation to hydrogen appliances.
This work will be managed and coordinated by Arup+, who have been appointed by BEIS as the programme management contractor for the Hy4Heat programme.
This contract is for a period of 11 months, however BEIS may wish to extend the contract by a further period of up to 9 months.
For background and further information on this project please see the Invitation to Tender documents.
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: 2020/S 56-134567
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: TRN: 2278/02/2020
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: 05/06/2020
V.2.2) Information about tenders
Number of tenders received: 3
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: 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)
DRP HOLDINGS LTD, 04519180
Unit 212 Ikon Estate, Droitwich Road, Hartlebury, DY10 4EU, 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: 749,720.97
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:
Short description of the part of the contract to be subcontracted:
Subcontractor Name: Logan Energy
Address: Lower Ground Floor, One George Yard, London, United Kingdom, EC3V 9DF
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.
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=476558153
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=506240068
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: 07/07/2020