The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Industrial 2050 Carbon Reduction and Energy Efficiency Roadmaps Project |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Department requires a contractor to develop greenhouse gas emissions reduction roadmaps for eight industrial sectors, each consisting of two components: • A series of pathways to 2050 for decarbonisation of each of the most heat intensive industrial sectors in the UK. These will take the form of scenarios based on techno-economic modelling and direct technical experience from the field, and the outputs will list the technical interventions required, as well as the potential impact on the business environment, to achieve the carbon emissions reductions along the pathways. The project will also review the barriers to and enablers for implementation to help assess what approaches are realistically feasible. • An agreed emissions reduction action plan informed by the pathways. This will be focused on delivery, highlighting the high level actions which need to be taken by industry, government and others to achieve the 2050 target reduction. In each case, these will need to be developed and agreed between government and industry participants, led by the relevant trade association. In doing so, the contractor will need to answer the following high-level questions: • What are the current emissions from each sector and how is energy used? • For each sector, what is the business environment, what are the business strategies of companies, and how do these impact on decisions to invest in decarbonisation? • How might the baseline level of energy and emissions in the sectors change over the period to 2050? • What is the potential to reduce emissions in these sectors beyond the baseline over the period to 2050? • What emissions pathways might each sector follow over the period to 2050, under different scenarios? • What future actions might be required to be taken by industry, government and others to overcome the barriers in order to achieve the pathways in each sector? To achieve these objectives, the principal services that the contractor must deliver are as follows: • A detailed project methodology which delivers the project objectives and is informed by previous projects. • Facilitation and stakeholder engagement with a range of stakeholders to access the evidence needed for development of the pathways, and to convene participants to develop and agree the evidence, pathways and action plans. This includes the organisation and running of stakeholder events. • Evidence gathering and analytical input through methods including but not limited to desk-based research, collation of existing evidence held by industrial sectors, and new qualitative and quantitative research to provide information and data for the generation of the scenarios/pathways and to inform the action plans. • Modelling to deliver analysis and projections of several emissions reduction scenarios for each industry sector. • Report writing services for the eight sector strand roadmaps and a report of the project as a whole. • Project management for the project (including the eight sector strands) to ensure high quality outputs to time and to budget. • Handover of all the material developed within the project including primary data, databases, models and outputs to DECC and BIS staff with specific sessions planned to cover explanation of the data sets developed and training in use of the model. • This contract will run for 18 months however, DECC & BIS may extend the requirement for a further year if a decision to expand or extend the project is taken. • 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), in the main to fill evidence and analysis gaps, are |
Published: | 14/08/2013 17:02 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Department of Energy and Climate Change (DECC)
3 Whitehall Place, London, SW1Y 2AW, United Kingdom
Tel. +44 3000686112, Email: chris.hicks@decc.gsi.gov.uk
Contact: Chris Hicks, Attn: Chris Hicks
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: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Industrial 2050 Carbon Reduction and Energy Efficiency Roadmaps Project
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. The Department requires a contractor to develop greenhouse gas emissions reduction roadmaps for eight industrial sectors, each consisting of two components:
• A series of pathways to 2050 for decarbonisation of each of the most heat intensive industrial sectors in the UK. These will take the form of scenarios based on techno-economic modelling and direct technical experience from the field, and the outputs will list the technical interventions required, as well as the potential impact on the business environment, to achieve the carbon emissions reductions along the pathways. The project will also review the barriers to and enablers for implementation to help assess what approaches are realistically feasible.
• An agreed emissions reduction action plan informed by the pathways. This will be focused on delivery, highlighting the high level actions which need to be taken by industry, government and others to achieve the 2050 target reduction.
In each case, these will need to be developed and agreed between government and industry participants, led by the relevant trade association.
In doing so, the contractor will need to answer the following high-level questions:
• What are the current emissions from each sector and how is energy used?
• For each sector, what is the business environment, what are the business strategies of companies, and how do these impact on decisions to invest in decarbonisation?
• How might the baseline level of energy and emissions in the sectors change over the period to 2050?
• What is the potential to reduce emissions in these sectors beyond the baseline over the period to 2050?
• What emissions pathways might each sector follow over the period to 2050, under different scenarios?
• What future actions might be required to be taken by industry, government and others to overcome the barriers in order to achieve the pathways in each sector?
To achieve these objectives, the principal services that the contractor must deliver are as follows:
• A detailed project methodology which delivers the project objectives and is informed by previous projects.
• Facilitation and stakeholder engagement with a range of stakeholders to access the evidence needed for development of the pathways, and to convene participants to develop and agree the evidence, pathways and action plans. This includes the organisation and running of stakeholder events.
• Evidence gathering and analytical input through methods including but not limited to desk-based research, collation of existing evidence held by industrial sectors, and new qualitative and quantitative research to provide information and data for the generation of the scenarios/pathways and to inform the action plans.
• Modelling to deliver analysis and projections of several emissions reduction scenarios for each industry sector.
• Report writing services for the eight sector strand roadmaps and a report of the project as a whole.
• Project management for the project (including the eight sector strands) to ensure high quality outputs to time and to budget.
• Handover of all the material developed within the project including primary data, databases, models and outputs to DECC and BIS staff with specific sessions planned to cover explanation of the data sets developed and training in use of the model.
• This contract will run for 18 months however, DECC & BIS may extend the requirement for a further year if a decision to expand or extend the project is taken.
• 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), in the main to fill evidence and analysis gaps, are likely to 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 between autumn 2013 and spring 2015, but as it proceeds the Department may want to expand the number of sectors, commission more detailed work on some aspects, or extend the timetable into 2015-16, subject to identifying further funding.
• The contract will include two break points linked to the cohorts of roadmaps being developed. The Department will only move on to the second and third cohorts of sector roadmaps if sufficient value is being demonstrated by the work on the preceding cohorts.
The contract will run for 18 months with the option to extend a further 12 months.
II.1.6)Common Procurement Vocabulary:
73000000 - Research and development services and related consultancy services.
DA40-1 - Quality control
JA04-0 - For design
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
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:
This contract will be for 18 months but may extend for up to one year.
Estimated value excluding VAT: 800,000
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: 18 (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: 664/08/2013
IV.3.2)Previous publication(s) concerning the same contract: Yes
Prior information notice
Notice number in OJEU: 2013/S 101 - 173318 of 28/05/2013
Other previous publications: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 10/09/2013
Time-limit for receipt of requests for documents or for accessing documents: 08:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 10/09/2013
Time: 09:00
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
Duration in month(s): 6
IV.3.8)Conditions for opening tenders
Date: 10/09/2013
Time: 09:00
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: Not Provided
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, and the contract will be awarded on the basis of the most economically advantageous tender.
To apply for this tender please register on the following website www.delta-esourcing.com. For any queries regarding registering please contact the Delta Helpdesk on 0 0845 270 7050.
For questions regarding the procurement process please contact Nicola Cook 0300 068 5721 or email nicola.cook@decc.gsi.gov.uk
For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/UK-London:-Research-and-development-services-and-related-consultancy-services./Q2Q5E49KUZ
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/Q2Q5E49KUZ
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
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./Q2Q5E49KUZ
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Q2Q5E49KUZ
GO-2013814-PRO-5037498 TKR-2013814-PRO-5037497
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Department of Energy and Climate Change (DECC)
1st Floor, Heat & Industry, 3 Whitehall Place, London, SW1A 2AW, United Kingdom
Tel. +44 3000686112, Email: chris.hicks@decc.gsi.gov.uk, URL: www.decc.gsi.gov.uk
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: 14/08/2013
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
Department for Business Innovation and Skills
1 Victoria Street, London, SW1H 0ET, United Kingdom