The Department for Business, Energy and Industrial Strategy (BEIS): Energy Follow-Up Survey

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

Notice Summary
Title: Energy Follow-Up Survey
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: BEIS wishes to commission a project to provide detailed, high-quality current data and analysis on domestic energy consumption in England. In order to effectively design policies to decarbonise domestic heat and contribute to reducing consumer energy bills, a detailed understanding of how households use energy, as opposed to what is predicted in models, is required. A number of important evidence gaps exist that have not been covered in previous surveys or studies. The research focusses on questions related to primary and secondary heating consumption, temperatures, occupancy patterns, over- and under-heating, understanding variations in energy consumption between similar dwellings, trade-offs made by fuel poor households with regards to energy consumption, electrical appliance use, total household energy consumption, comparisons of energy consumption with Energy Performance Certificates, lighting systems, the current prevalence of smart technologies, damp problems and ventilation.
Published: 18/11/2016 16:26
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: sidteateam@beis.gov.uk
             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./99AR6TPZMU
      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/99AR6TPZMU 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: Energy Follow-Up Survey       
      Reference Number: TRN: 1212/09/2016
      II.1.2) Main CPV Code:
      73110000 - Research services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: BEIS wishes to commission a project to provide detailed, high-quality current data and analysis on domestic energy consumption in England. In order to effectively design policies to decarbonise domestic heat and contribute to reducing consumer energy bills, a detailed understanding of how households use energy, as opposed to what is predicted in models, is required. A number of important evidence gaps exist that have not been covered in previous surveys or studies. The research focusses on questions related to primary and secondary heating consumption, temperatures, occupancy patterns, over- and under-heating, understanding variations in energy consumption between similar dwellings, trade-offs made by fuel poor households with regards to energy consumption, electrical appliance use, total household energy consumption, comparisons of energy consumption with Energy Performance Certificates, lighting systems, the current prevalence of smart technologies, damp problems and ventilation.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,350,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      71314000 - Energy and related services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: BEIS wishes to commission a project to provide detailed, high-quality current data and analysis on domestic energy consumption in England. In order to effectively design policies to decarbonise domestic heat and contribute to reducing consumer energy bills, a detailed understanding of how households use energy, as opposed to what is predicted in models, is required. A number of important evidence gaps exist that have not been covered in previous surveys or studies. The research focusses on questions related to primary and secondary heating consumption, temperatures, occupancy patterns, over- and under-heating, understanding variations in energy consumption between similar dwellings, trade-offs made by fuel poor households with regards to energy consumption, electrical appliance use, total household energy consumption, comparisons of energy consumption with Energy Performance Certificates, lighting systems, the current prevalence of smart technologies, damp problems and ventilation.
      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: 2,350,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      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: All equipment purchased for the project will be owned by the Contractor. As the owner of the equipment, the Contractor is liable for purchasing, installing , storing and removing the equipment, and dealing with the equipment after the project has been completed. This aspect of the specification takes precedence over the BEIS standard Terms and Conditions. See ITT and attached T&Cs for full text.       


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: 12/01/2017 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: 12/01/2017
         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./99AR6TPZMU

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/99AR6TPZMU
   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: 18/11/2016

Annex A


View any Notice Addenda


UK-London: Research services.

UK-London: Research services.

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 (BEIS)
       3 Whitehall Place, London, SW1A 2AW, United Kingdom
       Email: sidteateam@beis.gov.uk
       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

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: Energy Follow-Up Survey   
      Reference number: TRN: 1212/09/2016   
   
   II.1.2) Main CPV code:
      73110000 - Research services.
       
   II.1.3) Type of contract: SERVICES

II.2) Description

   II.2.1) Title: Not Provided    
   Lot No: Not Provided    

   II.2.2) Additional CPV codes:
      71314000 - Energy and related services.
       
   
   II.2.3) Place of performance:
      UK UNITED KINGDOM
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    Not Provided    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
         Duration in months: 36             
      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: 2017/S 35 - 63579    

Section V: Award of contract/concession

Contract No: 1   Lot No: Not Provided    Title: 1212/09/2016
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 02/02/2017   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: No

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          BRE
          Bucknalls Lane, Bricket Wood, Watford, WD25 9XX, United Kingdom
          Tel. +44 1923664134, Email: John.Riley@bre.co.uk
          Internet address: https://www.bre.co.uk/
          NUTS Code: UK
   The contractor/concessionaire is an SME: No    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 2,349,944   
   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=409697169
   
   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
   
      V1.4.2) Body responsible for mediation procedures:
      Not Provided

      VI.4.3) Review procedure
         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: 27/06/2019
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      73000000 - Research and development services and related consultancy services.
   

   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:
    The contract variation adds the following tasks to the original contract:

Extension of the EFUS fieldwork monitoring to cover the full winter of 2018/19. Equipment will now be removed during April and May 2019 instead of February/March 2019 as per the current contract (£19.5k staff costs, £7.4k for equipment and contractors)

The inclusion of a Wave 1 online survey to increase the EFUS Wave 1 sample size. This will obtain the necessary 350+ responses required to meet the minimum requirement i    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
               Start: 21/06/2019 / End: 31/08/2020       
   
      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: 78,850   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: No
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          Building Research Establishment (BRE) Ltd
          Bucknalls Lane, Watford, Herts, WD25 9XX, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: No

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    The variation adds the following to the original contract:

Extension of monitoring to cover winter 2018/19. Equipment now removed during April/May 2019 instead of February/March 2019 as in the current contract

The inclusion of a Wave 1 online survey to increase the EFUS Wave 1 sample size. This will obtain the necessary 350+ responses to meet the minimum requirement in the ITT

The inclusion of a Wave 1a online survey to increase the Wave 1a sample size    
   
   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 required for the variation requires the knowledge, skills and access to data that the original contractor holds (for whom we competitively tendered). To compete the variation would have been impractical due to the highly specialised technical nature of the project, as well as being uneconomic given its relatively low value.       
   
   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: 2,349,944   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 2,428,794    
   Currency: GBP

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: sidteateam@beis.gov.uk
       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: Energy Follow-Up Survey            
      Reference number: TRN: 1212/09/2016

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


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: BEIS wishes to commission a project to provide detailed, high-quality current data and analysis on domestic energy consumption in England. In order to effectively design policies to decarbonise domestic heat and contribute to reducing consumer energy bills, a detailed understanding of how households use energy, as opposed to what is predicted in models, is required. A number of important evidence gaps exist that have not been covered in previous surveys or studies. The research focusses on questions related to primary and secondary heating consumption, temperatures, occupancy patterns, over- and under-heating, understanding variations in energy consumption between similar dwellings, trade-offs made by fuel poor households with regards to energy consumption, electrical appliance use, total household energy consumption, comparisons of energy consumption with Energy Performance Certificates, lighting systems, the current prevalence of smart technologies, damp problems and ventilation.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 2,819,932
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            71314000 - Energy and related 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: BEIS wishes to commission a project to provide detailed, high-quality current data and analysis on domestic energy consumption in England. In order to effectively design policies to decarbonise domestic heat and contribute to reducing consumer energy bills, a detailed understanding of how households use energy, as opposed to what is predicted in models, is required. A number of important evidence gaps exist that have not been covered in previous surveys or studies. The research focusses on questions related to primary and secondary heating consumption, temperatures, occupancy patterns, over- and under-heating, understanding variations in energy consumption between similar dwellings, trade-offs made by fuel poor households with regards to energy consumption, electrical appliance use, total household energy consumption, comparisons of energy consumption with Energy Performance Certificates, lighting systems, the current prevalence of smart technologies, damp problems and ventilation.

      II.2.5) Award criteria:
      Quality criterion - Name: Understanding of the requirements / Weighting: 5
      Quality criterion - Name: Methodology / Weighting: 30
      Quality criterion - Name: Skills and expertise (30%) / Weighting: 30
      Quality criterion - Name: Price / Weighting: 20
      Quality criterion - Name: Quality assurance processes / Weighting: 10
      Quality criterion - Name: Demonstration of delivering innovative ideas, best practice and creativity to customers / Weighting: 5
                  
            

      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: All equipment purchased for the project will be owned by the Contractor. As the owner of the equipment, the Contractor is liable for purchasing, installing , storing and removing the equipment, and dealing with the equipment after the project has been completed. This aspect of the specification takes precedence over the BEIS standard Terms and Conditions. See ITT and attached T&Cs for full text.


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
       Not Provided
   

   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: 1    
   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: 02/02/2017

      V.2.2) Information about tenders
         Number of tenders received: 2
         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: 2          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             BRE
             Bucknalls Lane, Bricket Wood, Watford, WD25 9XX, United Kingdom
             Tel. +44 1923664134, Email: John.Riley@bre.co.uk
             Internet address: https://www.bre.co.uk/
             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: 2,819,932
         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=240282093

   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.4.3) 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: 16/02/2017