Tender

Greenhouse gas emissions inventory monitoring and verification programme

  • Department for Business, Energy & Industrial Strategy

F02: Contract notice

Notice identifier: 2022/S 000-013627

Procurement identifier (OCID): ocds-h6vhtk-033be0

Published 20 May 2022, 2:17pm



Section one: Contracting authority

one.1) Name and addresses

Department for Business, Energy & Industrial Strategy

1 Victoria Street

London

SW1H0ET

Contact

Jennifer Saxby

Email

greenhousegas.statistics@beis.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.jaggaer.com

Buyer's address

www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.jaggaer.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.jaggaer.com

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Greenhouse gas emissions inventory monitoring and verification programme

Reference number

5488/11/2021

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

The UK’s greenhouse gas (GHG) inventory is reported by BEIS annually and is used to assess the UK’s progress against domestic and international climate targets. The aim of this monitoring and verification programme is to independently verify the emissions reported in the inventory, using top-down atmospheric measurements.

The programme:

• Identifies discrepancies between atmospheric concentrations and the inventory, informs the parallel inventory improvements programme, and helps to ensure the inventory is a reliable evidence base for informing policy decisions.

• Allows the UK to contribute to international scientific research, e.g. through membership of European and global measurement networks.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71351611 - Climatology services
  • 90730000 - Pollution tracking and monitoring and rehabilitation
  • 90731700 - Carbon dioxide monitoring services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The UK’s greenhouse gas (GHG) inventory is reported by BEIS annually and is used to assess the UK’s progress against domestic and international climate targets. The aim of this monitoring and verification programme is to independently verify the emissions reported in the inventory, using top-down atmospheric measurements.

The programme:

• Identifies discrepancies between atmospheric concentrations and the inventory, informs the parallel inventory improvements programme, and helps to ensure the inventory is a reliable evidence base for informing policy decisions.

• Allows the UK to contribute to international scientific research, e.g. through membership of European and global measurement networks.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

29 July 2022

End date

31 March 2024

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2018/S 140-320875

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 July 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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.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.

six.4) Procedures for review

six.4.1) Review body

Department for Business, Energy and Industrial Strategy (BEIS)

1 Victoria Street

London

Email

greenhousegas.statistics@beis.gov.uk

Country

United Kingdom

Internet address

www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy