The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Climate Services for a Net Zero World (CS-N0W) |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The UK Department for Business, Energy and Industrial Strategy (BEIS) is seeking to engage a contractor or consortium to deliver climate services. Climate Services for a Net Zero World (CS-N0W) which is a multi-faceted research and analysis programme with up-to-date policy-relevant evidence & scientific advice to inform policies and priorities, including: •Infrastructure, housing and engagement with local authorities on local climate action plans; •Activities within international fora such as the Intergovernmental Panel on Climate Change (IPCC) and the United Nations Framework Convention on Climate Change (UNFCCC) •Cross-government international climate strategies |
Published: | 15/03/2021 16:13 |
View Full Notice
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 2072151525, Email: climatescience@beis.gov.uk
Main Address: https://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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-services./S249896K5R
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Climate Services for a Net Zero World (CS-N0W)
Reference Number: TRN: 4925/03/2021
II.1.2) Main CPV Code:
73110000 - Research services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The UK Department for Business, Energy and Industrial Strategy (BEIS) is seeking to engage a contractor or consortium to deliver climate services. Climate Services for a Net Zero World (CS-N0W) which is a multi-faceted research and analysis programme with up-to-date policy-relevant evidence & scientific advice to inform policies and priorities, including:
•Infrastructure, housing and engagement with local authorities on local climate action plans;
•Activities within international fora such as the Intergovernmental Panel on Climate Change (IPCC) and the United Nations Framework Convention on Climate Change (UNFCCC)
•Cross-government international climate strategies
II.1.5) Estimated total value:
Value excluding VAT: 4,980,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
90700000 - Environmental services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: The UK Department for Business, Energy and Industrial Strategy (BEIS) is seeking to engage a contractor or consortium to deliver climate services. Climate Services for a Net Zero World (CS-N0W) is a multi-faceted research and analysis programme with up-to-date policy-relevant evidence & scientific advice to inform policies and priorities, including:
•Infrastructure, housing and engagement with local authorities on local climate action plans;
•Activities within international fora such as the Intergovernmental Panel on Climate Change (IPCC) and the United Nations Framework Convention on Climate Change (UNFCCC)
•Cross-government international climate strategies
A transdisciplinary team is required, to provide new evidence, original research & analysis, knowledge translation, & communication, covering the following areas of science:
•Interactions between the energy system and the atmosphere
•Global decarbonisation and ambition
•Climate impacts, globally and regionally
•Co-benefits of climate action
•Improving the accessibility of UK climate data
•Physical climate change
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: 4,980,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 15/06/2021 / End: 31/03/2025
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: 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.
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
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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: 2020/S 177 - 428619
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 07/05/2021 Time: 14:00
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): 6
IV.2.7) Conditions for opening of tenders:
Date: 07/05/2021
Time: 14:01
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 No
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./S249896K5R
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/S249896K5R
VI.4) Procedures for review
VI.4.1) Review body:
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street, London, SW1H 0ET, United Kingdom
Internet address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
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: 15/03/2021
Annex A