Section one: Contracting authority
one.1) Name and addresses
The Department for Energy Security and Net Zero
3 Whitehall Place
London
SW1A 2EG
greenhousegasinventory@energysecurity.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero
one.1) Name and addresses
The Department for Environment, Food and Rural Affairs
2 Marsham Street
London
SW1P 4DF
greenhousegasinventory@energysecurity.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs
one.2) Information about joint procurement
The contract involves 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
https://beisgroup.ukp.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://beisgroup.ukp.app.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
National Atmospheric Emissions Inventory (NAEI)
two.1.2) Main CPV code
- 90700000 - Environmental services
two.1.3) Type of contract
Services
two.1.4) Short description
The contract is the delivery of the National Atmospheric Emissions Inventory (NAEI) to generate high-quality and consistent greenhouse gas and air pollutant emissions estimates for the Department for Energy Security & Net Zero (DESNZ), the Department for Environment, Food & Rural Affairs (Defra), the Office for National Statistics (ONS) and the Devolved Administrations in order to meet international reporting requirements and provide scientific evidence for domestic mitigation policies.
The GHGI is the UK’s official record of its GHG emissions, which is a statutory requirement under the Climate Change Act of 2008, the UNFCCC and the Paris Agreement. This contract is business critical for tracking progress towards net-zero greenhouse gas emissions as mandated under the Climate Change Act 2008 and the Climate Change Act 2008 (2050 Target Amendment) Order 2019.
Similarly, the AQPI is used to fulfil the UKs legal obligation to report annual emissions estimates and projections of air pollutants under the National Emissions Ceilings Regulations (NECR) 2018, and to the United Nations Economic Commission for Europe (UNECE) under the Convention of Long-range Transboundary Air Pollution (CLRTAP). The AQPI is business critical for Defra as it is used to track progress against legal emission reductions commitments under the aforementioned legislation.
There are two lots which suppliers can bid for:
1. The Compilation and Reporting of the National Atmospheric Emissions Inventory (NAEI) - £31,125,000 excl VAT
2. Independent Assurance of the National Atmospheric Emissions Inventory - £830,000 excl VAT
two.1.5) Estimated total value
Value excluding VAT: £31,955,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
two.2) Description
two.2.1) Title
Compilation and Reporting of the National Atmospheric Emissions Inventory (NAEI)
Lot No
1
two.2.2) Additional CPV code(s)
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The NAEI contract will support the production of the UK’s Greenhouse Gas Inventory (GHGI) and the Air Quality Pollutant Inventory (AQPI) respectively and is jointly funded by DESNZ, Defra and ONS.
The NAEI contract will support the production of the UK’s Greenhouse Gas Inventory (GHGI) and the Air Quality Pollutant Inventory (AQPI) respectively and is jointly funded by DESNZ and Defra. In addition to the core NAEI, there will be an independent function for independent quality assurance/quality control of the NAEI. This is Lot 2.
The outputs of the GHGI reinforce the UK’s commitment to climate change mitigation. They also provide evidence of designing and evaluating mitigation policy so it is expected that an inventory in some form would be required even if there were no international requirement.
Defra has a legal obligation to report UK annual emissions estimates and projections of air pollutants under the National Emissions Ceilings Regulations (NECR) 2018, and to the United Nations Economic Commission for Europe (UNECE) under the Convention of Long-range Transboundary Air Pollution (CLRTAP). Defra use the AQPI not just for meeting its statutory reporting obligations, but also to track progress with its legally binding emission reduction commitments.
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: £31,125,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2024
End date
31 March 2035
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
Independant Assurance of the National Atmospheric Emissions Inventory (NAEI)
Lot No
2
two.2.2) Additional CPV code(s)
- 72225000 - System quality assurance assessment and review services
- 90700000 - Environmental services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The NAEI contract will support the production of the UK’s Greenhouse Gas Inventory (GHGI) and the Air Quality Pollutant Inventory (AQPI) respectively and is jointly funded by DESNZ, Defra and ONS. This Lot is for the Independant Quality Assurance and Control services for the NAEI, funded by DESNZ and Defra. This lot is also responsible for the creation and maintenance of the Inventory’s Improvement Strategy.
The NAEI contract will support the production of the UK’s Greenhouse Gas Inventory (GHGI) and the Air Quality Pollutant Inventory (AQPI) respectively and is jointly funded by DESNZ and Defra.
The outputs of the GHGI reinforce the UK’s commitment to climate change mitigation. They also provide evidence of designing and evaluating mitigation policy so it is expected that an inventory in some form would be required even if there were no international requirement.
Defra has a legal obligation to report UK annual emissions estimates and projections of air pollutants under the National Emissions Ceilings Regulations (NECR) 2018, and to the United Nations Economic Commission for Europe (UNECE) under the Convention of Long-range Transboundary Air Pollution (CLRTAP). Defra use the AQPI not just for meeting its statutory reporting obligations, but also to track progress with its legally binding emission reduction commitments.
The key activities of this Lot 2 contract include:
• Assuring key products and plans arising from the Lot 1 NAEI.
• Developing and delivering holistic assurance activities to look across the entire Inventory system.
• Designing and maintaining an Inventory Improvement Strategy.
• Creating improvement project specifications to be commissioned.
• Delivering secretariat functions for GHG and AQ governance groups.
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: £830,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2025
End date
31 March 2030
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: 2023/S 000-030620
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 August 2024
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: 8 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 August 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The Department for Energy Security and Net Zero
3 Whitehall Place
London
SW1A 2EG
Country
United Kingdom