The Department for Business, Energy and Industrial Strategy (BEIS): Technical Third Party Support (TTPS) for the Net-Zero Innovation Portfolio (NZIP)

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

Notice Summary
Title: Technical Third Party Support (TTPS) for the Net-Zero Innovation Portfolio (NZIP)
Notice type: Contract Notice
Authority: The Department for Business, Energy and Industrial Strategy (BEIS)
Nature of contract: Services
Procedure: Open
Short Description: The Department for Business, Energy and Industrial Strategy (BEIS) requires Technical Third Party Support (TTPS) to assist with the delivery of the Net-Zero Innovation Portfolio (NZIP). The objective of the NZIP portfolio is to facilitate delivery of the UK’s Net-Zero commitments, continuing to invest in climate science and energy innovation to reduce human impact on climate change. There are ten technical themes that fall under the portfolio and in order to deliver each theme, SICE requires specialist technical expertise expertise to support the development of projects, the bid appraisal process, and the ongoing monitoring, management and evaluation of programmes and projects. Therefore, BEIS intends to procure services to deliver the following: Programme development support, Bid review and selection, Programme management support, Monitoring and Evaluation and Social Research support.
Published: 13/07/2021 18:10
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: Technical analysis or consultancy services.
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: sice.ttps@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: www.delta-esourcing.com
      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: Technical Third Party Support (TTPS) for the Net-Zero Innovation Portfolio (NZIP)       
      Reference Number: TRN: 5150/06/2021
      II.1.2) Main CPV Code:
      71621000 - Technical analysis or consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Department for Business, Energy and Industrial Strategy (BEIS) requires Technical Third Party Support (TTPS) to assist with the delivery of the Net-Zero Innovation Portfolio (NZIP). The objective of the NZIP portfolio is to facilitate delivery of the UK’s Net-Zero commitments, continuing to invest in climate science and energy innovation to reduce human impact on climate change. There are ten technical themes that fall under the portfolio and in order to deliver each theme, SICE requires specialist technical expertise expertise to support the development of projects, the bid appraisal process, and the ongoing monitoring, management and evaluation of programmes and projects. Therefore, BEIS intends to procure services to deliver the following: Programme development support, Bid review and selection, Programme management support, Monitoring and Evaluation and Social Research support.       
      II.1.5) Estimated total value:
      Value excluding VAT: 14,300,000       
      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: 2
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Restrictions on the number of lots that can be awarded can be found in the Invitation To Tender documents.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Technical Coordinator       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      71621000 - Technical analysis or consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The technical coordinator (Lot 1) will provide technical and commercial expertise to manage the delivery of work packages, coordinating and integrating delivery of the all other lots (Lots 2, 3, 4 and 5) in coordination with BEIS. This includes:
-Management, monitoring and administration of work packages to relevant technical lots.
-Overseeing delivery of the lots
-Budget and finance management
      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: 1,200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 42       
      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: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Social Research and Evaluation       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79315000 - Social research services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot will allow for specialist expertise to provide social research and evaluation support and advice across the NZIP portfolio during new programme design/development and programme delivery. This will include:
•Evidence reviews (e.g. Literature review, Rapid Evidence Assessment)
•External stakeholder and public engagement (including qualitative focus groups)
•Customer, consumer, and behavioural insights
•Social research planning/advice
•Programme evaluation planning/advice (process and impact evaluation)
      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: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 42       
      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: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Carbon Control and Storage       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot will deliver Programme Development, Bid Assessment, Programme Management and Monitoring support to programmes that fall under the following technical themes and areas:
-Long Duration Energy Storage
-Industry & CCUS (including biomass conversion)
-Greenhouse Gas Removal
-Hydrogen & Fuel Switching
-Systems, networks and integration
-Energy markets and regulatory expertise
-Manufacturing expertise
      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: 4,700,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 42       
      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: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Energy Consumption       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot will deliver Programme Development, Bid Assessment, Programme Management and Monitoring support to programmes that fall under the following technical themes:
-Domestic Hydrogen
-Artificial intelligence
-New build
-Smart and in-home energy management systems
-EEF – Energy Entrepreneurs Fund
-Disruptive Technologies
      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: 3,100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 42       
      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: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Energy Generation and Distribution       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      71300000 - Engineering services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot will deliver Programme Development, Bid Assessment, Programme Management and Monitoring support to programmes that fall under the following technical themes:
-Bioenergy
-Nuclear
-Floating Offshore Wind
-Onshore wind
-Biomass boilers
-Solar Heating
-Hydrogen Supply
-Heat Pumps + Retrofit
-Heat distribution
      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: 4,300,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 42       
      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: Not provided       


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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 20/08/2021 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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 20/08/2021
         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:-Technical-analysis-or-consultancy-services./6N54EF3VMC

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6N54EF3VMC
   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
       Tel. +44 2072152967
   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: 13/07/2021

Annex A


View any Notice Addenda

View Award Notice