Section one: Contracting authority
one.1) Name and addresses
Department for Business, Energy and Industrial Strategy
1 Victoria Street
London
SW1H 0ET
Telephone
+44 2072151525
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
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
Technical Third Party Support (TTPS) for the Net-Zero Innovation Portfolio (NZIP)
Reference number
TRN: 5150/06/2021
two.1.2) Main CPV code
- 71621000 - Technical analysis or consultancy services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £14,300,000
two.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.
two.2) Description
two.2.1) Title
Technical Coordinator
Lot No
1
two.2.2) Additional CPV code(s)
- 71621000 - Technical analysis or consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the 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
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: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
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
two.2) Description
two.2.1) Title
Social Research and Evaluation
Lot No
2
two.2.2) Additional CPV code(s)
- 79315000 - Social research services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the 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)
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: £1,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
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
two.2) Description
two.2.1) Title
Carbon Control and Storage
Lot No
3
two.2.2) Additional CPV code(s)
- 71300000 - Engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the 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
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: £4,700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
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
two.2) Description
two.2.1) Title
Energy Consumption
Lot No
4
two.2.2) Additional CPV code(s)
- 71300000 - Engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the 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
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: £3,100,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
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
two.2) Description
two.2.1) Title
Energy Generation and Distribution
Lot No
5
two.2.2) Additional CPV code(s)
- 71300000 - Engineering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the 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
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: £4,300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
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.2.2) Time limit for receipt of tenders or requests to participate
Date
20 August 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 August 2021
Local time
2:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6N54EF3VMC
GO Reference: GO-2021713-PRO-18561106
six.4) Procedures for review
six.4.1) Review body
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street
London
SW1H 0ET
Telephone
+44 2072152967
Country
United Kingdom