The Department for Business, Energy and Industrial Strategy (BEIS): UK Emissions Trading Registry

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

Notice Summary
Title: UK Emissions Trading Registry
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.
Published: 21/03/2019 16:33
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: IT services: consulting, software development, Internet and support.
Section I: Contracting Authority
      I.1) Name and addresses
             Department for Business Energy and Industrial Strategy
             1 Victoria Street, London, SW1H 0ET, United Kingdom
             Tel. +44 2072155029, Email: seamus.gallagher2@beis.gov.uk
             Contact: Seamus Gallagher
             Main Address: www.bipsolutions.com, 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:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./53BR89546H
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via www.bipsolutions.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: UK Emissions Trading Registry       
      Reference Number: 1785/01/2019
      II.1.2) Main CPV Code:
      72000000 - IT services: consulting, software development, Internet and support.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.       
      II.1.5) Estimated total value:
      Value excluding VAT: 4,600,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      72212517 - IT software development services.
      72210000 - Programming services of packaged software products.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.
      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: 4,600,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 84       
      This contract is subject to renewal: Yes       
      Description of renewals: An optional requirement in this tender is for continued maintenance and support following the initial year of service. These subsequent years can be contracted on an annual basis.
      
      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/53BR89546H       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 25/04/2019 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: 02/05/2019
         Time: 18:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-IT-services:-consulting%2C-software-development%2C-Internet-and-support./53BR89546H

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/53BR89546H
   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
       Tel. +44 3000685721, Email: nicola.brown@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: 21/03/2019

Annex A


View any Notice Addenda

UK Emissions Trading Registry

UK-London: IT services: consulting, software development, Internet and support.

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

I.1) Name and addresses
       Department for Business Energy and Industrial Strategy
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 2072155029, Email: seamus.gallagher2@beis.gov.uk
       Contact: Seamus Gallagher
       Main Address: www.bipsolutions.com, Address of the buyer profile: www.beis.gov.uk
       NUTS Code: UK

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

II.1) Scope of the procurement
   
   II.1.1) Title: UK Emissions Trading Registry      Reference number: 1785/01/2019      
   II.1.2) Main CPV code:
      72000000 - IT services: consulting, software development, Internet and support.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 18/04/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 230390   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 21/03/2019

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          
         Lot No: Not provided          
         Place of text to be modified: Time limit for receipt of tenders or requests to participate          
         Instead of: Date: 25/04/2019 Time: 17:00          
         Read: Date: 07/05/2019 Time: 09:00
                                    
      
      VII.1.2) Text to be corrected in original notice No: 2
                  
         Section Number: IV.2.7          
         Lot No: Not provided          
         Place of text to be modified: Conditions for opening of tenders:          
         Instead of: Date: 02/05/2019
Time: 18:00          
         Read: Date: 07/05/2019
Time: 10:00
                                    
   
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=391810269



UK-London: IT services: consulting, software development, Internet and support.

UK-London: IT services: consulting, software development, Internet and support.

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
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 2072155029, Email: giles.andrewes@beis.gov.uk
       Main Address: www.beis.gov.uk, Address of the buyer profile: www.beis.gov.uk
       NUTS Code: UK

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: UK Emissions Trading Registry   
      Reference number: 1785/01/2019   
   
   II.1.2) Main CPV code:
      72000000 - IT services: consulting, software development, Internet and support.
       
   II.1.3) Type of contract: SERVICES

II.2) Description

   II.2.1) Title: UK Emissions Trading Registry   
   Lot No: Not Provided    

   II.2.2) Additional CPV codes:
      72212517 - IT software development services.
      72210000 - Programming services of packaged software products.
       
   
   II.2.3) Place of performance:
      UK UNITED KINGDOM
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
         Duration in months: 84             
      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: 2019/S 180 - 439146    

Section V: Award of contract/concession

Contract No: 1   Lot No: Not Provided    Title: UK Emissions Trading Registry
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 02/07/2019   

   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:
          TRASYS International EEIG, 0667692570
          Rue d’Arton, Brussels, 53-71040, Belgium
          Tel. +32 028931211
          NUTS Code: BE10
   The contractor/concessionaire is an SME: No    
   
   V.2.3) Name and address of the contractor/concessionaire, No. 2:
          UniSystems Information Technology Systems Commercial S.A., 121831201000
          19-23 Al,, Pantou Str, Athens, 176 71, Greece
          Tel. +30 2119997000
          NUTS Code: EL
   The contractor/concessionaire is an SME: Yes    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 4,598,853   
   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=653370289
   
   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
       Tel. +44 3000685721, Email: nicola.brown@beis.gov.uk
   
      V1.4.2) Body responsible for mediation procedures:
       Any
       Any, United Kingdom
       Tel. +44 02072155000

      VI.4.3) Review procedure
         Not Provided    
      
      VI.4.4) Service from which information about the review procedure may be obtained
       Any
       Any, United Kingdom
       Tel. +44 02072155000
   
   VI.5) Date of dispatch of this notice: 24/12/2021
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      72000000 - IT services: consulting, software development, Internet and support.
   

   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:
    To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
         Duration in months: 84             
   
      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: 4,598,853   
   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:
          TRASYS International EEIG, 0667692570
          Rue d’Arton 53-71040, Brussels, Belgium
          NUTS Code: BE10
   The contractor/concessionaire is an SME: No

   VII.1.7) Name and address of the contractor/concessionaire, No. 2:
          UniSystems Information Technology Systems Commercial S.A., 121831201000
          19-23 Al, Athens, Greece
          NUTS Code: EL
   The contractor/concessionaire is an SME: Yes

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    In accordance with Regulation 72(1)(b) of the Public Contract Regulations 2015, the parties have agreed a modification for the provision of further functionality to the Registry.    
   
   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:
    The work builds on the work already done to develop the Registry system, which has now gone live. There would be both inconvenience of additional time, and duplication in costs regarding familiarisation of a different contractor, if a change of contractor were to occur.       
   
   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: 974,332   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 5,573,185    
   Currency: GBP

View Award Notice

UK-London: IT services: consulting, software development, Internet and support.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Department for Business Energy and Industrial Strategy
       1 Victoria Street, London, SW1H 0ET, United Kingdom
       Tel. +44 2072155029, Email: seamus.gallagher2@beis.gov.uk
       Contact: Seamus Gallagher
       Main Address: www.bipsolutions.com, 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: UK Emissions Trading Registry            
      Reference number: 1785/01/2019

      II.1.2) Main CPV code:
         72000000 - IT services: consulting, software development, Internet and support.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 4,598,853
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            72212517 - IT software development services.
            72210000 - Programming services of packaged software products.


      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: To deliver a UK Emissions Trading Registry. This is an IT project: to design, build, test, implement, maintain and support a UK Emissions Trading Registry solution to be used to administer a UK Emissions Trading System. It is intended that this registry will link to the UNFCCC ITL (International Transaction Log) and, subject to the outcome of negotiations with the EU, be linked to the EU ETS Registry. For further information please see the Invitation to Tender (ITT) uploaded with this advert.

      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/53BR89546H


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: 2019/S 60-139225
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 02/07/2019

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: 1          
         Number of tenders received from tenderers from non-EU Member States: 1          
         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: Yes
         
         Contractor (No.1)
             TRASYS International EEIG
             Rue d’Arton, Brussels, 53-71040, Belgium
             Tel. +32 028931211
             NUTS Code: BE10
            The contractor is an SME: No
         
         Contractor (No.2)
             UniSystems Information Technology Systems Commercial S.A.
             19-23 Al,, Pantou Str, Athens, 176 71, Greece
             Tel. +30 2119997000
             NUTS Code: EL
            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: 4,598,853
         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=420912757

   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
          Tel. +44 3000685721, Email: nicola.brown@beis.gov.uk

      VI.4.2) Body responsible for mediation procedures
          Any
          Any, United Kingdom
          Tel. +44 02072155000

      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
          Any
          Any, United Kingdom
          Tel. +44 02072155000

   VI.5) Date of dispatch of this notice: 13/09/2019