The Department for Business, Energy and Industrial Strategy (BEIS): PROJECT MANAGEMENT FOR THE MAINTENANCE OF STRATEGIC ENVIRONMENTAL ASSESSMENTS (SEAs), INCLUDING THE PROVISION OF A NEW SEA, TO SUPPORT OFFSHORE ENERGY LICENSING ROUNDS

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

Notice Summary
Title: PROJECT MANAGEMENT FOR THE MAINTENANCE OF STRATEGIC ENVIRONMENTAL ASSESSMENTS (SEAs), INCLUDING THE PROVISION OF A NEW SEA, TO SUPPORT OFFSHORE ENERGY LICENSING ROUNDS
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: The requirement is to provide a new Strategic Environmental Assessment (SEA) (OESEA3) and to manage the on-going maintenance of completed SEAs. Because of the specialist nature of the requirement the services of a contractor with extensive offshore environmental experience at the highest strategic level is required.The Oil & Gas Environment & Decommissioning Unit of the Department of Energy and Climate Change is responsible for administrating a significant tranche of environmental legislation that applies to offshore oil, gas and renewables production and development. The Department has had a legal obligation since July 2004 under EU Directive 2001/42/EC, to carry out and to maintain SEAs. In terms of offshore oil, gas and renewables exploration and production, Carbon Capture and Storage and Combustible gas storage, this means that SEAs need to have been carried out and maintained as necessary prior to the rounds in which blocks or other areas on the United Kingdom Continental Shelf (UKCS) are offered for licensing. An initial set of SEAs in the 8 areas of the UKCS have already been completed. The purpose of this requirement is to continue to manage the process by which these SEAs are maintained prior to licensing or consenting rounds, to produce a new SEA (OESEA3) and to manage and commission any related environmental studies required prior to completion of the licensing procedure. Failure to do this work threatens the Departments ability to deliver secure supplies of energy to the UK and the achievement of renewable energy targets.Screening and Appropriate Assessments will additionally be required during each period of the contract, if any applications relating to a specific licensing round could potentially significantly affect the integrity of any site designated, or being considered for designation, under the Habitats Directive (EC/92/42/EEC) or the Wild Birds Directive (EC/79/409/EEC). These assessments are undertaken to satisfy the requirements of Article 6 of the Habitats Directive, adopting the approach set out in the Conservation (Natural Habits etc) Regulations 1994 (as amended).The contractor will need to interact with public consultees, regulatory bodies, NGOs, the industry and senior academics in order to make recommendations to senior Government officials. The contractor will need a proven track record in project management as well as wide-ranging knowledge of the offshore environment. He will also have knowledge of past, present and emerging industry practice, regulation and environmental issues. The contractor will need to be able to demonstrate independence and impartiality.
Published: 01/09/2014 15:06
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: Supervision of project and documentation.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Department of Energy and Climate Change (DECC)
      3 Whitehall Place, Area 3B, London, SW1Y 2AW, United Kingdom
      Tel. +44 3000686062, Email: thomas.dockery@decc.gsi.gov.uk, URL: www.decc.gsi.gov.uk, URL: www.delta-esourcing.com
      Contact: Tom Dockery, Attn: Tom Dockery
      Electronic Access URL: www.delta-esourcing.com

      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: PROJECT MANAGEMENT FOR THE MAINTENANCE OF STRATEGIC ENVIRONMENTAL ASSESSMENTS (SEAs), INCLUDING THE PROVISION OF A NEW SEA, TO SUPPORT OFFSHORE ENERGY LICENSING ROUNDS
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      

            Framework agreement with a single operator
         Duration of the framework agreement:
                        Duration in months: 40
         Estimated total value of purchases for the entire duration of the framework agreement:
                                    
            Range between: 3,500,000 and 4,060,000
            Currency: GBP
                  
      II.1.5)Short description of the contract or purchase:
      Supervision of project and documentation. Project management consultancy services. Administrative development project services. System quality assurance planning services. System quality assurance assessment and review services. Environmental quality control services. Administrative services for business operations. The requirement is to provide a new Strategic Environmental Assessment (SEA) (OESEA3) and to manage the on-going maintenance of completed SEAs. Because of the specialist nature of the requirement the services of a contractor with extensive offshore environmental experience at the highest strategic level is required.The Oil & Gas Environment & Decommissioning Unit of the Department of Energy and Climate Change is responsible for administrating a significant tranche of environmental legislation that applies to offshore oil, gas and renewables production and development. The Department has had a legal obligation since July 2004 under EU Directive 2001/42/EC, to carry out and to maintain SEAs. In terms of offshore oil, gas and renewables exploration and production, Carbon Capture and Storage and Combustible gas storage, this means that SEAs need to have been carried out and maintained as necessary prior to the rounds in which blocks or other areas on the United Kingdom Continental Shelf (UKCS) are offered for licensing. An initial set of SEAs in the 8 areas of the UKCS have already been completed. The purpose of this requirement is to continue to manage the process by which these SEAs are maintained prior to licensing or consenting rounds, to produce a new SEA (OESEA3) and to manage and commission any related environmental studies required prior to completion of the licensing procedure. Failure to do this work threatens the Departments ability to deliver secure supplies of energy to the UK and the achievement of renewable energy targets.Screening and Appropriate Assessments will additionally be required during each period of the contract, if any applications relating to a specific licensing round could potentially significantly affect the integrity of any site designated, or being considered for designation, under the Habitats Directive (EC/92/42/EEC) or the Wild Birds Directive (EC/79/409/EEC). These assessments are undertaken to satisfy the requirements of Article 6 of the Habitats Directive, adopting the approach set out in the Conservation (Natural Habits etc) Regulations 1994 (as amended).The contractor will need to interact with public consultees, regulatory bodies, NGOs, the industry and senior academics in order to make recommendations to senior Government officials. The contractor will need a proven track record in project management as well as wide-ranging knowledge of the offshore environment. He will also have knowledge of past, present and emerging industry practice, regulation and environmental issues. The contractor will need to be able to demonstrate independence and impartiality.
         
      II.1.6)Common Procurement Vocabulary:
         71248000 - Supervision of project and documentation.
         
         72224000 - Project management consultancy services.
         
         75112100 - Administrative development project services.
         
         72224200 - System quality assurance planning services.
         
         72225000 - System quality assurance assessment and review services.
         
         90714500 - Environmental quality control services.
         
         75112000 - Administrative services for business operations.
         

      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:
      This is a 3 year and 4 month framework agreement with an anticipated 3 annual call off contracts and with an option to extend the contract for a further one year.The cost estimation for each year has been set out in the Specification. Note that full funding has not yet been approved for the overall period of the contract. Funding for the first period of the requirement has been approved but funds for the remaining two periods are not expected to be approved until late in financial year 2015/16.                  
         Estimated value excluding VAT:
         Range between: 3,500,000 and 4,060,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         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: 40 (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:
      Please submit your last 2 years accounts.
      
      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:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      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: 869/08/2014      
      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: 13/10/2014
      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: 13/10/2014
         Time: 11:00      
      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: 13/10/2014
         Time: 11:15


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: Not Provided
   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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Supervision-of-project-and-documentation./4N9P3D5HMJ

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4N9P3D5HMJ
GO-201491-PRO-5969857 TKR-201491-PRO-5969856
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Department of Energy and Climate Change (DECC)
      3 Whitehall Place, Area 3B, London, SW1Y 2AW, United Kingdom
      Tel. +44 3000686062, Email: thomas.dockery@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: 01/09/2014

ANNEX A

View any Notice Addenda

UK-London: Supervision of project and documentation.

Section I: Contracting Authority
   Title: UK-London: Supervision of project and documentation.
   I.1)Name, Addresses And Contact Point(s)
      Department of Energy and Climate Change (DECC)
      3 Whitehall Place, Area 3B, London, SW1Y 2AW, United Kingdom
      Tel. +44 3000686062, Email: thomas.dockery@decc.gsi.gov.uk, URL: www.decc.gsi.gov.uk, URL: www.delta-esourcing.com
      Contact: Tom Dockery, Attn: Tom Dockery
   
   I.2)Type Of Purchasing Body
      Not Provided      
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: PROJECT MANAGEMENT FOR THE MAINTENANCE OF STRATEGIC ENVIRONMENTAL ASSESSMENTS (SEAs), INCLUDING THE PROVISION OF A NEW SEA, TO SUPPORT OFFSHORE ENERGY LICENSING ROUNDS
      II.1.2)Short description of the contract or purchase:
      Supervision of project and documentation. Project management consultancy services. Administrative development project services. System quality assurance planning services. System quality assurance assessment and review services. Environmental quality control services. Administrative services for business operations. Marine research services. The requirement is to provide a new Strategic Environmental Assessment (SEA) (OESEA3) and to manage the on-going maintenance of completed SEAs. Because of the specialist nature of the requirement the services of a contractor with extensive offshore environmental experience at the highest strategic level is required.The Oil & Gas Environment & Decommissioning Unit of the Department of Energy and Climate Change is responsible for administrating a significant tranche of environmental legislation that applies to offshore oil, gas and renewables production and development. The Department has had a legal obligation since July 2004 under EU Directive 2001/42/EC, to carry out and to maintain SEAs. In terms of offshore oil, gas and renewables exploration and production, Carbon Capture and Storage and Combustible gas storage, this means that SEAs need to have been carried out and maintained as necessary prior to the rounds in which blocks or other areas on the United Kingdom Continental Shelf (UKCS) are offered for licensing. An initial set of SEAs in the 8 areas of the UKCS have already been completed. The purpose of this requirement is to continue to manage the process by which these SEAs are maintained prior to licensing or consenting rounds, to produce a new SEA (OESEA3) and to manage and commission any related environmental studies required prior to completion of the licensing procedure. Failure to do this work threatens the Departments ability to deliver secure supplies of energy to the UK and the achievement of renewable energy targets.Screening and Appropriate Assessments will additionally be required during each period of the contract, if any applications relating to a specific licensing round could potentially significantly affect the integrity of any site designated, or being considered for designation, under the Habitats Directive (EC/92/42/EEC) or the Wild Birds Directive (EC/79/409/EEC). These assessments are undertaken to satisfy the requirements of Article 6 of the Habitats Directive, adopting the approach set out in the Conservation (Natural Habits etc) Regulations 1994 (as amended).The contractor will need to interact with public consultees, regulatory bodies, NGOs, the industry and senior academics in order to make recommendations to senior Government officials. The contractor will need a proven track record in project management as well as wide-ranging knowledge of the offshore environment. He will also have knowledge of past, present and emerging industry practice, regulation and environmental issues. The contractor will need to be able to demonstrate independence and impartiality.
      
      II.1.3)Common procurement vocabulary:
      71248000 - Supervision of project and documentation.
      
      72224000 - Project management consultancy services.
      
      75112100 - Administrative development project services.
      
      72224200 - System quality assurance planning services.
      
      72225000 - System quality assurance assessment and review services.
      
      90714500 - Environmental quality control services.
      
      75112000 - Administrative services for business operations.
      
      73112000 - Marine research services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Open       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: 869/08/2014      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2014 - 141270
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 01/09/2014
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Additional Information


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:
            
            Place of text to be modified: Section 2.1.6 Added CPV code
            
            Instead of:
            
            Read: Added CPV to include Marine Research Services

         VI.3.4)Dates to be corrected in the original notice: Not Provided

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other 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. Added CPV code Marine Research Services
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=111537631
GO-201491-PRO-5969861 TKR-201491-PRO-5969860

      VI.5)Date of dispatch: 01/09/2014

View Award Notice