The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Industrial 2050 Roadmaps: Phase Two – Facilitation for joint Government-Industry Action Plans |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Department of Energy and Climate Change requires a contractor to support delivery of eight sector action plans that build on the recommendations of the ‘Industrial Decarbonisation and Energy Efficiency Roadmaps to 2050’ reports published in March 2015. The roadmap reports provide an evidence-based foundation upon which future policy can be implemented and actions delivered. The way in which the reports were compiled was designed to ensure they have credibility with industrial, academic and other stakeholders as well as being suitable to contribute to future policy considerations. The next stage of this project is to develop and agree sector action plans that build on this evidence and analysis to set out a clear route for delivering significant reductions in carbon emissions, increased energy efficiency and a strong competitive position for UK energy intensive industry in the decades to come. These action plans will include actions to be taken by s industry, government and others to help with this transition. The action plans will need to be developed and agreed between government and industry participants, with the relevant trade associations playing a key role in this process. See the Inivtation to Tender for further detail. |
Published: | 19/11/2015 11:06 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Department of Energy & Climate Change
3 Whitehall Place, London, SW1A 2AW, United Kingdom
Tel. +44 3000682951, Email: paul.henderson@decc.gsi.gov.uk
Contact: Paul Henderson
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
General Public Services
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Industrial 2050 Roadmaps: Phase Two – Facilitation for joint Government-Industry Action Plans
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 8
Region Codes: UK - UNITED KINGDOM
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:Not Provided
II.1.5)Short description of the contract or purchase:
Research and development services and related consultancy services. Research services. System quality assurance planning services. Supervision of project and documentation. Project management consultancy services. Administrative development project services. Energy and related services. The Department of Energy and Climate Change requires a contractor to support delivery of eight sector action plans that build on the recommendations of the ‘Industrial Decarbonisation and Energy Efficiency Roadmaps to 2050’ reports published in March 2015.
The roadmap reports provide an evidence-based foundation upon which future policy can be implemented and actions delivered. The way in which the reports were compiled was designed to ensure they have credibility with industrial, academic and other stakeholders as well as being suitable to contribute to future policy considerations. The next stage of this project is to develop and agree sector action plans that build on this evidence and analysis to set out a clear route for delivering significant reductions in carbon emissions, increased energy efficiency and a strong competitive position for UK energy intensive industry in the decades to come. These action plans will include actions to be taken by s industry, government and others to help with this transition.
The action plans will need to be developed and agreed between government and industry participants, with the relevant trade associations playing a key role in this process.
See the Inivtation to Tender for further detail.
II.1.6)Common Procurement Vocabulary:
73000000 - Research and development services and related consultancy services.
73110000 - Research services.
72224200 - System quality assurance planning services.
71248000 - Supervision of project and documentation.
72224000 - Project management consultancy services.
75112100 - Administrative development project services.
71314000 - Energy and related services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The project contract itself will consist of a small number of different components, which should be reflected in how tenders are structured and prices are explained.
•A set of minimum requirements are set out in the specification, and bidders are asked to submit a core proposition for delivering the project aims and objectives, including answering the principal questions. This will cover the eight most heat intensive industrial sectors (cement, ceramics, chemicals, food and drink, glass, iron and steel, oil refining, and pulp and paper). The core proposition should be the main component of tenders.
•As the project proceeds, additional items of work (beyond the core proposition) may be identified by participants. Tenders should set out how the contractor will handle these discretionary items. All discretionary items of work will need to be signed off by the Department while the project is underway, before they can be taken forward.
•The project is currently set to cover eight sectors, running until July 2016, with a a break-clause in the contract at the end of Part 1 (end March 2016), so that the scope of work to be delivered in Part 2 can be determined in light of budget availability.
•As it proceeds the Department may want to commission more detailed work on some aspects, or extend the timetable to encompass a third part, running to December 2016, subject to budget availability and internal approvals.
Estimated value excluding VAT:
The value of the contract for Part 1 of this project, covering the first four month tranche from Jan 2016 to end March 2016, will be up to £240k excluding VAT (covering both core propositions and scope for discretionary items - see section II.2.1 above). For Part 2 and Part 3, from April 2016 to December 2016, there is a total indicative budget of £150k dependent on budget availability and internal approvals.
Estimated value excluding VAT:
Range between: 200,000 and 400,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 8 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: 1090/10/2015
IV.3.2)Previous publication(s) concerning the same contract: Not Provided
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 18/12/2015
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 21/12/2015
Time: 12:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided
IV.3.8)Conditions for opening tenders
Date: 21/12/2015
Time: 13:00
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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:-Research-and-development-services-and-related-consultancy-services./7KTY2C2D8M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7KTY2C2D8M
GO-20151119-PRO-7344158 TKR-20151119-PRO-7344157
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 19/11/2015
ANNEX A