The Department for Business, Energy and Industrial Strategy (BEIS): Applying Earth Observation to assess UK land use change

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

Notice Summary
Title: Applying Earth Observation to assess UK land use change
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: Tenderers are invited to set out proposals to assess the feasibility of using Earth Observation (remote sensing data in combination with reference data) to track land use change in the United Kingdom over time. This work aims to support a decision by BEIS to develop a more accurate and repeatable way for the UK to track land use change in its greenhouse gas (GHG) inventory. The work is: •to assess the feasibility of methods of using Earth Observation to track UK land use and land use change over time; and •to develop a costed roadmap for delivering an operational system for tracking land use and land use changes in the UK from 1990 onwards suitable for incorporation in the inventory. The work will be tendered as three (3) lots. •Lot 1: Coarse resolution optical sensors (>250m resolution) •Lot 2: Medium resolution optical sensors (10-80m resolution) •Lot 3: Synthetic Aperture Radar (SAR) sensors and SAR+optical data fusion
Published: 02/12/2016 14:35
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: Research services.
Section I: Contracting Authority
      I.1) Name and addresses
             Department for Business Energy and Industrial Strategy (BEIS)
             3 Whitehall Place, London, SW1A 2AW, United Kingdom
             Email: sidscienceteam@decc.gsi.gov.uk
             Contact: Mandar Trivedi
             Main Address: 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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Research-services./293Q699Z8T
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/293Q699Z8T 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: Applying Earth Observation to assess UK land use change       
      Reference Number: TRN: 1235/11/2016
      II.1.2) Main CPV Code:
      73110000 - Research services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Tenderers are invited to set out proposals to assess the feasibility of using Earth Observation (remote sensing data in combination with reference data) to track land use change in the United Kingdom over time.

This work aims to support a decision by BEIS to develop a more accurate and repeatable way for the UK to track land use change in its greenhouse gas (GHG) inventory.

The work is:
•to assess the feasibility of methods of using Earth Observation to track UK land use and land use change over time; and
•to develop a costed roadmap for delivering an operational system for tracking land use and land use changes in the UK from 1990 onwards suitable for incorporation in the inventory.

The work will be tendered as three (3) lots.
•Lot 1: Coarse resolution optical sensors (>250m resolution)
•Lot 2: Medium resolution optical sensors (10-80m resolution)
•Lot 3: Synthetic Aperture Radar (SAR) sensors and SAR+optical data fusion       
      II.1.5) Estimated total value:
      Value excluding VAT: 135,000       
      Currency: GBP
      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: Bidders may apply for any or all lots.

For background information, the full specification and further information on this project please see the ITT.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1: Coarse resolution optical sensors (>250m resolution)       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      73110000 - Research services.
      JA17-9 - For data
      72316000 - Data analysis services.
      35631200 - Observation satellites.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 1
Given the Intergovernmental Panel on Climate Change’s (IPCC) requirement for remote sensing to be coupled with reference data, BEIS wishes to understand how land use can be tracked using the wide range of potential reference datasets present in the UK. Hence, the work is separated into Lots that will enable a range of different satellite sensors and reference datasets to be demonstrated.

•Lot 1: Coarse resolution optical sensors (>250m resolution)

Within each Lot, contractors may choose the most appropriate satellite data, reference data and analytical methods, taking account of the research questions and methodological considerations below. Analyses should take into account the land use categories used in the UK’s LULUCF inventory when assigning particular land covers to land uses.
      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: 45,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 4       
      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: 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.

For background info, the full spec and further information on this project please see the ITT.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2: Medium resolution optical sensors (10-80m resolution)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      73110000 - Research services.
      JA17-9 - For data
      35631200 - Observation satellites.
      72316000 - Data analysis services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2
Given the Intergovernmental Panel on Climate Change’s (IPCC) requirement for remote sensing to be coupled with reference data, BEIS wishes to understand how land use can be tracked using the wide range of potential reference datasets present in the UK. Hence, the work is separated into Lots that will enable a range of different satellite sensors and reference datasets to be demonstrated.

•Lot 2: Medium resolution optical sensors (10-80m resolution)


Within each Lot, contractors may choose the most appropriate satellite data, reference data and analytical methods, taking account of the research questions and methodological considerations below. Analyses should take into account the land use categories used in the UK’s LULUCF inventory when assigning particular land covers to land uses.
      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: 45,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 4       
      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: 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.

For background info, the full spec and further information on this project please see the ITT.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3: Synthetic Aperture Radar (SAR) sensors and SAR+optical data fusion       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      73110000 - Research services.
      JA17-9 - For data
      35631200 - Observation satellites.
      72316000 - Data analysis services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 3
Given the Intergovernmental Panel on Climate Change’s (IPCC) requirement for remote sensing to be coupled with reference data, BEIS wishes to understand how land use can be tracked using the wide range of potential reference datasets present in the UK. Hence, the work is separated into Lots that will enable a range of different satellite sensors and reference datasets to be demonstrated.

•Lot 3: Synthetic Aperture Radar (SAR) sensors and SAR+optical data fusion

Within each Lot, contractors may choose the most appropriate satellite data, reference data and analytical methods, taking account of the research questions and methodological considerations below. Analyses should take into account the land use categories used in the UK’s LULUCF inventory when assigning particular land covers to land uses.
      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: 45,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 4       
      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: 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.

For background info, the full spec and further information please see the ITT.       


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: Yes    

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: 09/01/2017 Time: 12:00
            
      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): 2
      
      IV.2.7) Conditions for opening of tenders:
         Date: 09/01/2017
         Time: 12:01
      

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 Yes       
   Electronic payment will be used Yes       
   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-services./293Q699Z8T

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/293Q699Z8T
   VI.4) Procedures for review
   VI.4.1) Review body:
             Department for Business Energy and Industrial Strategy (BEIS)
       3 Whitehall Place, London, SW1A 2AW, 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: 02/12/2016

Annex A


View any Notice Addenda

View Award Notice

UK-London: Research services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Department for Business Energy and Industrial Strategy (BEIS)
       3 Whitehall Place, London, SW1A 2AW, United Kingdom
       Email: sidscienceteam@decc.gsi.gov.uk
       Contact: Mandar Trivedi
       Main Address: 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: Applying Earth Observation to assess UK land use change            
      Reference number: TRN: 1235/11/2016

      II.1.2) Main CPV code:
         73110000 - Research services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Tenderers are invited to set out proposals to assess the feasibility of using Earth Observation (remote sensing data in combination with reference data) to track land use change in the United Kingdom over time.

This work aims to support a decision by BEIS to develop a more accurate and repeatable way for the UK to track land use change in its greenhouse gas (GHG) inventory.

The work is:
•to assess the feasibility of methods of using Earth Observation to track UK land use and land use change over time; and
•to develop a costed roadmap for delivering an operational system for tracking land use and land use changes in the UK from 1990 onwards suitable for incorporation in the inventory.

The work will be tendered as three (3) lots.
•Lot 1: Coarse resolution optical sensors (>250m resolution)
•Lot 2: Medium resolution optical sensors (10-80m resolution)
•Lot 3: Synthetic Aperture Radar (SAR) sensors and SAR+optical data fusion

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 135,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1: Coarse resolution optical sensors (>250m resolution)   
      Lot No:1

      II.2.2) Additional CPV code(s):
            73110000 - Research services.
               JA17-9 - For data
            72316000 - Data analysis services.
            35631200 - Observation satellites.


      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
Given the Intergovernmental Panel on Climate Change’s (IPCC) requirement for remote sensing to be coupled with reference data, BEIS wishes to understand how land use can be tracked using the wide range of potential reference datasets present in the UK. Hence, the work is separated into Lots that will enable a range of different satellite sensors and reference datasets to be demonstrated.

•Lot 1: Coarse resolution optical sensors (>250m resolution)

Within each Lot, contractors may choose the most appropriate satellite data, reference data and analytical methods, taking account of the research questions and methodological considerations below. Analyses should take into account the land use categories used in the UK’s LULUCF inventory when assigning particular land covers to land uses.

      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: 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.

For background info, the full spec and further information on this project please see the ITT.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2: Medium resolution optical sensors (10-80m resolution)   
      Lot No:2

      II.2.2) Additional CPV code(s):
            73110000 - Research services.
               JA17-9 - For data
            35631200 - Observation satellites.
            72316000 - Data analysis 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
Given the Intergovernmental Panel on Climate Change’s (IPCC) requirement for remote sensing to be coupled with reference data, BEIS wishes to understand how land use can be tracked using the wide range of potential reference datasets present in the UK. Hence, the work is separated into Lots that will enable a range of different satellite sensors and reference datasets to be demonstrated.

•Lot 2: Medium resolution optical sensors (10-80m resolution)


Within each Lot, contractors may choose the most appropriate satellite data, reference data and analytical methods, taking account of the research questions and methodological considerations below. Analyses should take into account the land use categories used in the UK’s LULUCF inventory when assigning particular land covers to land uses.

      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: 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.

For background info, the full spec and further information on this project please see the ITT.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3: Synthetic Aperture Radar (SAR) sensors and SAR+optical data fusion   
      Lot No:3

      II.2.2) Additional CPV code(s):
            73110000 - Research services.
               JA17-9 - For data
            35631200 - Observation satellites.
            72316000 - Data analysis 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
Given the Intergovernmental Panel on Climate Change’s (IPCC) requirement for remote sensing to be coupled with reference data, BEIS wishes to understand how land use can be tracked using the wide range of potential reference datasets present in the UK. Hence, the work is separated into Lots that will enable a range of different satellite sensors and reference datasets to be demonstrated.

•Lot 3: Synthetic Aperture Radar (SAR) sensors and SAR+optical data fusion

Within each Lot, contractors may choose the most appropriate satellite data, reference data and analytical methods, taking account of the research questions and methodological considerations below. Analyses should take into account the land use categories used in the UK’s LULUCF inventory when assigning particular land covers to land uses.

      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: 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.

For background info, the full spec and further information please see the ITT.


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 235-428475
      
   

   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: 1235/11/2016    
   Lot Number: 1    
   Title: Coarse resolution optical (>250 m pixel resolution)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/01/2017

      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)
             Assimila Ltd
             Reading Enterprise Centre, The University of Reading, Earley Gate, Reading, RG6 6BU, United Kingdom
             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: 43,550
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: TRN:1235/11/2016(2)    
   Lot Number: 2    
   Title: Medium resolution optical (10-80 m pixel resolution)

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/01/2017

      V.2.2) Information about tenders
         Number of tenders received: 5
         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: 1          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Natural Environment Research Council (NERC) as represented by its component body the Centre for Ecology and Hydrology
             Centre for Ecology and Hydrology Natural Environment Research Council, Polaris House, North Star Avenue, Swindon, SN2 1EU, 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: 44,958.31
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: TRN:1235/11/2016(3)    
   Lot Number: 3    
   Title: Synthetic Aperture Radar (SAR) and SAR+optical data fusion

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 19/01/2017

      V.2.2) Information about tenders
         Number of tenders received: 4
         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: 0          
         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)
             The University of Edinburgh
             The University Court of the University of Edinburgh, Charles Stewart House, 9-16 Chambers Street, Edinburgh, EH1 1HT, 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: 43,240
         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=249849325

   VI.4) Procedures for review

      VI.4.1) Review body
          Department for Business Energy and Industrial Strategy (BEIS)
          3 Whitehall Place, London, SW1A 2AW, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          Department for Business Energy and Industrial Strategy (BEIS)
          3 Whitehall Place, London, SW1A 2AW, 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: 04/04/2017