Opportunity

Technical advisor services for the development of a Carbon Capture and Storage (CCS) facility at the Edmonton EcoPark and integration with a potential future CO2 transport and permanent storage solution

  • North London Waste Authority

F02: Contract notice

Notice reference: 2022/S 000-026877

Published 26 September 2022, 2:19pm



Section one: Contracting authority

one.1) Name and addresses

North London Waste Authority

Unit 1b Berol House, 25 Ashley Road

London

N17 9LJ

Email

generalprocurement@nlwa.gov.uk

Country

United Kingdom

NUTS code

UKI43 - Haringey and Islington

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.nlwa.gov.uk

one.3) Communication

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

https://www.in-tendhost.co.uk/nlwa

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.in-tendhost.co.uk/nlwa

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Technical advisor services for the development of a Carbon Capture and Storage (CCS) facility at the Edmonton EcoPark and integration with a potential future CO2 transport and permanent storage solution

Reference number

CCS00000044

two.1.2) Main CPV code

  • 71320000 - Engineering design services

two.1.3) Type of contract

Services

two.1.4) Short description

North London Waste Authority (the Authority) is seeking a consultant to provide technical advisor services for the development of a Carbon Capture and Storage (CCS) facility at the Edmonton EcoPark and integration with a potential future CO2 transport and permanent storage solution.

This procurement relates to the Strategic Assessment Stage, Stages 1 and 2. However, progression from the Strategic Assessment Stage to subsequent stages will require approval from the Authority's Members and will be subject to satisfying the requirements of the gateway project assurance process as per HM Treasury Guidance. The Authority may, subject to the relevant approvals being in place, progress to Stage 1 and 2.

For the overall CCS project, the Authority will use the staged approach as outlined in the HM Treasury guidance to developing the project business case. Stages 3 to 5 are not part of this appointment. The stages are summarised below:

Strategic Assessment: Determining the strategic context and undertaking the Strategic Assessment - Enabling early decision-making and governance over early-stage funding. Clarifying options and agreeing assumptions and building the strategic case with industry and transport and storage operators.

Stage 1: Business Justification - Scoping the scheme and preparing the Strategic Outline Case - Narrowing the options to a target solution and enabling delivery through appropriate stakeholder partnerships and agreements.

Stage 2: Planning the scheme and preparing the Outline Business Case - Refinement of the preferred solution, development of the environmental statement and submission of a full planning application, and preparing the Outline Business Case.

For the Strategic Assessment Stage, Stage 1 and Stage 2, the services will involve:

A full suite of project management services, including the development of a project execution plan and a full programme of the full project lifecycle, risk management and governance requirement. The Consultant will lead the development of the project's business and public benefits case and develop and implement a stakeholder management plan, and will establish relationships with elements of the supply chain on behalf of the Authority. The consultant will carry out a strategic assessment and a pre-front end engineering and design study to establish how the CCS will integrate with the Energy Recovery Facility ("ERF") and any future transport and permanent storage infrastructure. They will consider the cost, schedule, health and safety, and permitting implications of integration with the ERF. Looking ahead, they will develop transport solutions in anticipation of future off-shore storage, including the development of routing options. They will also provide technical advice and support as required for the Authority's external communication activities.

two.1.5) Estimated total value

Value excluding VAT: £4,026,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71800000 - Consulting services for water-supply and waste consultancy
  • 72224000 - Project management consultancy services
  • 90710000 - Environmental management

two.2.3) Place of performance

NUTS codes
  • UKI43 - Haringey and Islington

two.2.4) Description of the procurement

The Authority is a statutory authority whose principal responsibility is the disposal of waste collected by the seven north London boroughs of Barnet, Camden, Enfield, Hackney, Haringey, Islington and Waltham Forest.

The Authority is developing a new Energy Recovery Facility at the Edmonton EcoPark pursuant to a Development Consent Order granted to the Authority on 24 February 2017.

The Authority is now investigating the possibility of developing a CCS facility at the Edmonton EcoPark site and integration with a potential future CO2 transport and permanent storage solution.

This procurement is for technical advisor services in relation to the development of the CCS facility at the Edmonton EcoPark and integration with a potential future CO2 transport and permanent storage solution. Further details of this can be found in the introductory text to the procurement documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £4,026,000

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

Duration in months

24

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The Authority will invite to tender the highest scoring applicants on the basis of the selection criteria set out in the procurement documents.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Responses will be assessed in accordance with the Public Contracts Regulations 2015. Please see the procurement documents for further information.

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.2.2) Contract performance conditions

The Authority reserves the right to require deposits, guarantees, bonds or other forms of appropriate security. Tenderers should note that the Authority intends to include in the Contract a term requiring the Successful Tenderer to pay at least the London Living Wage to its employees employed in the carrying out of the Services.

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

Restricted 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

26 October 2022

Local time

1:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

21 November 2022

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

I.3: The Selection Questionnaire is available. The Invitation to Tender (including the Contract and other Invitation to Tender Annexes) will be made available to shortlisted candidates. The envisaged timetable is set out in the Selection Questionnaire.

II.2.5: Quality sub-criteria and associated weightings will be set out in the Invitation to Tender. Tenderers should note that the Authority is requesting references to support certain responses to the Selection Questionnaire. Further details are set out in the Selection Questionnaire.

Tenderers should note that the Authority intends to publish details of any contract awarded in accordance with the UK Government transparency policy, subject to possible redactions at the discretion of the Authority. The Authority reserves the right not to award the Contract as a result of the procurement process commenced by the publication of this notice; and to make changes as it deems fit to the content and structure of the competition whilst ensuring compliance with the Public Contracts Regulations 2015 (SI 2015/102); and in no circumstances will the Authority be liable for any costs incurred by Tenderers. For the avoidance of doubt, nothing in this notice, the procurement documents or in an acceptance of a Tender by the Authority shall be construed as an agreement by the Authority to enter into the Contract with the successful Tenderer. Details of the conditions relating to submission of Selection Questionnaires, conduct of the procurement process and award of contract are set out in the Selection Questionnaire which is available at https://in-tendhost.co.uk/nlwa/

As noted above, this procurement relates to the Strategic Assessment Stage, Stages 1 and 2. However, progression from the Strategic Assessment Stage to subsequent stages will require approval from the Authority's Members and will be subject to satisfying the requirements of the gateway project assurance process as per HM Treasury Guidance. The Authority may, subject to the relevant approvals being in place, progress to Stage 1 and 2.

The anticipated value of the appointment for the Strategic Assessment Stage is £1,724,000.

six.4) Procedures for review

six.4.1) Review body

North London Waste Authority

Unit 1b Berol House, 25 Ashley Road

London

N17 8LJ

Email

generalprocurement@nlwa.gov.uk

Country

United Kingdom

Internet address

https://www.nlwa.gov.uk