The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Management of the Standard Assessment Procedure |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | “The Standard Assessment Procedure (SAP) was developed as a tool to help deliver the UK Government’s energy efficiency policies. It is a National Calculation Methodology as defined at Article 3 of Directive 2010/31/EU of the European Parliament and of the Council of 19 May 2010 on the energy performance of buildings. Its purpose is to provide accurate and reliable assessments of dwelling energy performance to support energy efficiency, environmental and climate change policy initiatives across Government. SAP quantifies a dwelling’s performance in terms of: energy use per unit floor area, a fuel cost based rating (the SAP rating, which is a proxy for energy efficiency) and emissions of carbon dioxide. These performance metrics are based on estimates of annual energy consumption for the provision of space heating, domestic hot water, lighting and ventilation (regulated energy consumption), using standardised assumptions for occupancy and behaviour, eg room temperatures, heating patterns, etc.. This enables the comparison of dwelling performance on a like for like basis. It is important to the UK Government that their energy assessment tools continue to remain current, fit for purpose and can be developed to deliver its climate change related policy initiatives. The purpose of the management programme are to cost effectively deliver these objectives hat are needed to underpin its energy and environmental policy initiatives. The work is split into four lots: - LOT 1: Maintaining and developing the National Calculation Methodologies and energy assessment models and the operation of the process for the consideration of new technologies - LOT 2: the maintenance and development of the product characteristics database - LOT 3: Testing third party produced National Calculation Methodology software - LOT 4: Quality assurance of the models” |
Published: | 25/01/2013 15:06 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Department of Energy and Climate Change
1st Floor, 3 Whitehall Place, London, SW1A 2HH, United Kingdom
Tel. +44 03000685120, Email: alan.christie@decc.gsi.gov.uk, URL: www.decc.gov.uk
Contact: Christie Alan (Heat & Industry), Attn: Christie Alan (Heat & Industry)
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: : https://www.delta-esourcing.com/respond/TJMUWGUZD9
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:
Environment
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: Management of the Standard Assessment Procedure
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKI - LONDON
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
System quality assurance assessment and review services. Data management services. Engineering-related scientific and technical services. Systems testing services. “The Standard Assessment Procedure (SAP) was developed as a tool to help deliver the UK Government’s energy efficiency policies. It is a National Calculation Methodology as defined at Article 3 of Directive 2010/31/EU of the European Parliament and of the Council of 19 May 2010 on the energy performance of buildings. Its purpose is to provide accurate and reliable assessments of dwelling energy performance to support energy efficiency, environmental and climate change policy initiatives across Government. SAP quantifies a dwelling’s performance in terms of: energy use per unit floor area, a fuel cost based rating (the SAP rating, which is a proxy for energy efficiency) and emissions of carbon dioxide. These performance metrics are based on estimates of annual energy consumption for the provision of space heating, domestic hot water, lighting and ventilation (regulated energy consumption), using standardised assumptions for occupancy and behaviour, eg room temperatures, heating patterns, etc.. This enables the comparison of dwelling performance on a like for like basis. It is important to the UK Government that their energy assessment tools continue to remain current, fit for purpose and can be developed to deliver its climate change related policy initiatives. The purpose of the management programme are to cost effectively deliver these objectives hat are needed to underpin its energy and environmental policy initiatives. The work is split into four lots:
- LOT 1: Maintaining and developing the National Calculation Methodologies and energy assessment models and the operation of the process for the consideration of new technologies
- LOT 2: the maintenance and development of the product characteristics database
- LOT 3: Testing third party produced National Calculation Methodology software
- LOT 4: Quality assurance of the models”
II.1.6)Common Procurement Vocabulary:
72225000 - System quality assurance assessment and review services.
72322000 - Data management services.
71350000 - Engineering-related scientific and technical services.
72254100 - Systems testing services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
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:
The Standard Assessment Procedure (SAP) was developed as a tool to help deliver the UK Government’s energy efficiency policies. It is a National Calculation Methodology as defined at Article 3 of Directive 2010/31/EU of the European Parliament and of the Council of 19 May 2010 on the energy performance of buildings. Its purpose is to provide accurate and reliable assessments of dwelling energy performance to support energy efficiency, environmental and climate change policy initiatives across Government. SAP quantifies a dwelling’s performance in terms of: energy use per unit floor area, a fuel cost based rating (the SAP rating, which is a proxy for energy efficiency) and emissions of carbon dioxide. These performance metrics are based on estimates of annual energy consumption for the provision of space heating, domestic hot water, lighting and ventilation (regulated energy consumption), using standardised assumptions for occupancy and behaviour, eg room temperatures, heating patterns, etc.. This enables the comparison of dwelling performance on a like for like basis. It is important to the UK Government that their energy assessment tools continue to remain current, fit for purpose and can be developed to deliver its climate change related policy initiatives. The purpose of the management programme are to cost effectively deliver these objectives hat are needed to underpin its energy and environmental policy initiatives. The work is split into four lots:
- LOT 1: Maintaining and developing the National Calculation Methodologies and energy assessment models and the operation of the process for the consideration of new technologies
- LOT 2: the maintenance and development of the product characteristics database
- LOT 3: Testing third party produced National Calculation Methodology software
- LOT 4: Quality assurance of the models”
Estimated value excluding VAT: 500,000
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
Starting: 01/05/2013
Completion: 29/04/2016
Information About Lots
Lot No: 1
Title: Maintaining and developing the National Calculation Methodologies and energy assessment models and the operation of the process for the consideration
1)Short Description:
To ensure the methodologies and models produce accurate and robust energy and environmental performance assessments for all dwelling types, irrespective of size.
2)Common Procurement Vocabulary:
72225000 - System quality assurance assessment and review services.
3)Quantity Or Scope:
To ensure the methodologies and models produce accurate and robust energy and environmental performance assessments for all dwelling types, irrespective of size.
Ensure that the methodologies and models are fit for the purposes for which they are used, particular to underpin Building Regulations, Energy Performance of Buildings Directive, Warm Front, climate change abatement, Energy Company Obligation, Stamp Duty Land Tax exemption, Green Deal, Renewable Heat Incentive.
To research options for model development which allow more refined evaluation in the model of energy demand and carbon emissions
Ensure processes are transparent and a high degree of integrity is met in decision making.
Monitor and evaluate performance national calculation models and other assessment models that may be relevant in meeting policy goals.
If known, estimated cost of works excluding VAT: 380,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/05/2013
Completion of works: 29/04/2016
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: the maintenance and development of the products characteristic database
1)Short Description:
To assess, validate nd incorporate within the database the performance of products. The database supports the National Calculation Methodology and other policy initiatives, such as Green Deal, which for Golden rule purposes seeks to differentiate between the performance of products.
Make available to energy assessors monthly downloadable updates of the database.
Make available to the general public, via a dedicated internet website, the information contained database. It is likely that the existing website may have to be integrated within the new Government website portal www.gov.uk/
2)Common Procurement Vocabulary:
72254100 - Systems testing services.
72225000 - System quality assurance assessment and review services.
3)Quantity Or Scope:
To assess, validate nd incorporate within the database the performance of products. The database supports the National Calculation Methodology and other policy initiatives, such as Green Deal, which for Golden rule purposes seeks to differentiate between the performance of products.
Make available to energy assessors monthly downloadable updates of the database.
Make available to the general public, via a dedicated internet website, the information contained database. It is likely that the existing website may have to be integrated within the new Government website portal www.gov.uk/
If known, estimated cost of works excluding VAT: 40,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/05/2013
Completion of works: 30/04/2016
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Testing third party produced National Calculation Methodology software
1)Short Description:
To test and thereby validate third party produced National Calculation Methodology software, and variants thereof (eg for use in Green Deal) and any other assessment software that may be needed to deliver Government’s policy objectives
Ensuring that software providers operate and work to an appropriate quality assurance standard
To ensure outputs from software such as Energy Performance Certificates are fit for purpose.
2)Common Procurement Vocabulary:
72250000 - System and support services.
72254100 - Systems testing services.
3)Quantity Or Scope:
To test and thereby validate third party produced National Calculation Methodology software, and variants thereof (eg for use in Green Deal) and any other assessment software that may be needed to deliver Government’s policy objectives
Ensuring that software providers operate and work to an appropriate quality assurance standard
To ensure outputs from software such as Energy Performance Certificates are fit for purpose.
If known, estimated cost of works excluding VAT: 40,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/05/2013
Completion of works: 30/04/2016
5)Additional Information About Lots: Not Provided
Lot No: 4
Title: Quality Assurance of the model
1)Short Description:
Ensure National Calculation Methodology models overall are fit for purpose both for Building Regulations Compliance and for roles in which its methodology, its underpinning assumptions, product performance and other data are used to deliver DECC programmes and wider policy initiatives.
2)Common Procurement Vocabulary:
72225000 - System quality assurance assessment and review services.
72254100 - Systems testing services.
3)Quantity Or Scope:
Ensure National Calculation Methodology models overall are fit for purpose both for Building Regulations Compliance and for roles in which its methodology, its underpinning assumptions, product performance and other data are used to deliver DECC programmes and wider policy initiatives.
If known, estimated cost of works excluding VAT: 40,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Scheduled date for:
Start of works: 01/05/2013
Completion of works: 29/04/2016
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
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: 535/12/2012
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 20/03/2013
Time: 12:00
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 Not Provided
IV.3.8)Conditions for opening tenders
Date: 20/03/2013
Time: 12:00
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta E-Sourcing portal at: https://wwIf you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.w.delta-esourcing.com/tenders
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-System-quality-assurance-assessment-and-review-services./TJMUWGUZD9
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TJMUWGUZD9
GO-2013125-PRO-4541713 TKR-2013125-PRO-4541712
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Department of Energy and Climate Change
3 Whitehall Place, London, SW1A 2AW, United Kingdom
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: 25/01/2013
ANNEX A
View any Notice Addenda
UK-London: System quality assurance assessment and review services.
Section I: Contracting Authority
Title: UK-London: System quality assurance assessment and review services.
I.1)Name, Addresses And Contact Point(s)
Department of Energy and Climate Change
1st Floor, 3 Whitehall Place, London, SW1A 2HH, United Kingdom
Tel. +44 03000685120, Email: alan.christie@decc.gsi.gov.uk, URL: www.decc.gov.uk
Contact: Christie Alan (Heat & Industry), Attn: Christie Alan (Heat & Industry)
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: Management of the Standard Assessment Procedure
II.1.2)Short description of the contract or purchase:
System quality assurance assessment and review services. Data management services. Engineering-related scientific and technical services. Systems testing services. “The Standard Assessment Procedure (SAP) was developed as a tool to help deliver the UK Government’s energy efficiency policies. It is a National Calculation Methodology as defined at Article 3 of Directive 2010/31/EU of the European Parliament and of the Council of 19 May 2010 on the energy performance of buildings. Its purpose is to provide accurate and reliable assessments of dwelling energy performance to support energy efficiency, environmental and climate change policy initiatives across Government. SAP quantifies a dwelling’s performance in terms of: energy use per unit floor area, a fuel cost based rating (the SAP rating, which is a proxy for energy efficiency) and emissions of carbon dioxide. These performance metrics are based on estimates of annual energy consumption for the provision of space heating, domestic hot water, lighting and ventilation (regulated energy consumption), using standardised assumptions for occupancy and behaviour, eg room temperatures, heating patterns, etc.. This enables the comparison of dwelling performance on a like for like basis. It is important to the UK Government that their energy assessment tools continue to remain current, fit for purpose and can be developed to deliver its climate change related policy initiatives. The purpose of the management programme are to cost effectively deliver these objectives hat are needed to underpin its energy and environmental policy initiatives. The work is split into four lots:
- LOT 1: Maintaining and developing the National Calculation Methodologies and energy assessment models and the operation of the process for the consideration of new technologies
- LOT 2: the maintenance and development of the product characteristics database
- LOT 3: Testing third party produced National Calculation Methodology software
- LOT 4: Quality assurance of the models”
II.1.3)Common procurement vocabulary:
72225000 - System quality assurance assessment and review services.
72322000 - Data management services.
71350000 - Engineering-related scientific and technical services.
72254100 - Systems testing 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: 535/12/2012
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2013 - 098460
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 25/01/2013
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Incomplete Procedure
VI.2)Information on incomplete awarding procedure
The awarding procedure has been discontinued. The contract may be the object of a re-publication.
VI.4)Other additional information:
This notice is being removed and reissued due to an error with the price estimations. DECC shall be publishing the notice again with new pricing estimations.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=50437881
GO-2013129-PRO-4550495 TKR-2013129-PRO-4550494
VI.5)Date of dispatch: 29/01/2013
View Award Notice
Section I: Contracting Authority
Title: UK-London: System quality assurance assessment and review services.
I.1)Name, Addresses and Contact Point(s):
Department of Energy and Climate Change
1st Floor, 3 Whitehall Place, London, SW1A 2HH, United Kingdom
Tel. +44 03000685120, Email: alan.christie@decc.gsi.gov.uk, URL: www.decc.gov.uk
Contact: Christie Alan (Heat & Industry), Attn: Christie Alan (Heat & Industry)
Electronic Access URL: https://www.delta-esourcing.com
Electronic Submission URL: : https://www.delta-esourcing.com/respond/TJMUWGUZD9
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:
Not Provided
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Management of the Standard Assessment Procedure
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 27
Do you agree to the publication of this notice?: Yes
Region Codes: UKI - LONDON
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
System quality assurance assessment and review services. Data management services. Engineering-related scientific and technical services. Systems testing services. “The Standard Assessment Procedure (SAP) was developed as a tool to help deliver the UK Government’s energy efficiency policies. It is a National Calculation Methodology as defined at Article 3 of Directive 2010/31/EU of the European Parliament and of the Council of 19 May 2010 on the energy performance of buildings. Its purpose is to provide accurate and reliable assessments of dwelling energy performance to support energy efficiency, environmental and climate change policy initiatives across Government. SAP quantifies a dwelling’s performance in terms of: energy use per unit floor area, a fuel cost based rating (the SAP rating, which is a proxy for energy efficiency) and emissions of carbon dioxide. These performance metrics are based on estimates of annual energy consumption for the provision of space heating, domestic hot water, lighting and ventilation (regulated energy consumption), using standardised assumptions for occupancy and behaviour, eg room temperatures, heating patterns, etc.. This enables the comparison of dwelling performance on a like for like basis. It is important to the UK Government that their energy assessment tools continue to remain current, fit for purpose and can be developed to deliver its climate change related policy initiatives. The purpose of the management programme are to cost effectively deliver these objectives hat are needed to underpin its energy and environmental policy initiatives. The work is split into four lots:
- LOT 1: Maintaining and developing the National Calculation Methodologies and energy assessment models and the operation of the process for the consideration of new technologies
- LOT 2: the maintenance and development of the product characteristics database
- LOT 3: Testing third party produced National Calculation Methodology software
- LOT 4: Quality assurance of the models”
II.1.5)Common procurement vocabulary:
72225000 - System quality assurance assessment and review services.
72322000 - Data management services.
71350000 - Engineering-related scientific and technical services.
72254100 - Systems testing services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 1,499,057
Currency: GBP
Excluding VAT: Yes
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:
Criteria - Weighting
Delivery Plan - 10
Quality Assurance & reporting - 10
Proposals to deliver the functions set out in the specificaton - 60
Price - 20
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: 535/12/2012
IV.3.2)Previous publication(s) concerning the same contract: Yes
Notice on a buyer profile
Notice number in OJ: 2013/S 22 - 34275 of 31/01/2013
Simplified Contract notice
Notice number in OJ: 2013/S 22 - 34275 of 31/01/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: 535/12/2012
Lot Number: 1
Title: Maintaining and developing the National Calculation Methodologies
Lot Number: 2
Title: Maintenance and development of the products characteristic database
Lot Number: 3
Title: Testing third party produced National Calculation Methodology software
Lot Number: 4
Title: Testing third party produced National Calculation Methodology software
V.1)Date Of Contract Award: 22/05/2013
V.2) Information About Offers
Number Of Offers Received: 2
Number Of Offers Received By Electronic Means: 2
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: BRE
Postal address: , Watford
Town: Herts
Postal code: WD25 9XX
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 1,500,000
Currency: GBP
Total final value of the contract
Value: 1,499,057
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)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 E-Sourcing portal at: https://wwIf you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.w.delta-esourcing.com/tenders
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=60514435
GO-2013524-PRO-4828583 TKR-2013524-PRO-4828582
VI.3.1)Body responsible for appeal procedures:
Department of Energy and Climate Change
3 Whitehall Place, London, SW1A 2AW, United Kingdom
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 24/05/2013