Section one: Contracting authority
one.1) Name and addresses
Department for Business, Energy & Industrial Strategy
1 Victoria Street
London
SW1H 0ET
Contact
Rhedyn Griffiths
Telephone
+44 1793425098
Country
United Kingdom
NUTS code
UKI - London
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
https://www.delta-esourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
FM21186 - Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services
Reference number
FM21186
two.1.2) Main CPV code
- 73000000 - Research and development services and related consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
UK Shared Business Services Limited (UK SBS) on behalf of the Department for Business, Energy and Industrial Strategy (BEIS) invite you to response to this Request for Proposal for the Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services.
The Department for Business, Energy & Industrial Strategy (BEIS) wishes to appoint a supplier(s) to undertake the following work, in the form of two contracts: one covering the Energy Technology List Scheme Delivery; the other the combined Energy Technology List Scheme Research Programme Services and Products Policy Support Services.
The Department have undertaken a supplier engagement session which was held in October 2021 - Publication Reference 2021/S 000-022898
Lot 1: Energy Technology List Scheme Delivery
Lot 2:
- Work Strand A: Energy Technology List Research Programme Services
- Work Strand B: Products Policy Support Services
The lotting of this procurement will facilitate the greater aggregation of public sector demand and enable public sector to leverage greater efficiencies.
It is the intention to appoint one supplier per Lot for an initial 3-year fixed term with the option to extend for a further 1 year.
UK SBS is managing this procurement process in accordance with the Public Contract Regulations 2015 (as may be amended from time to time) (the "Regulations").
See section I.3) for access to procurement documentation.
UK SBS will be using the Delta eSourcing Portal for this procurement. The access code is TH43G725U2
two.1.5) Estimated total value
Value excluding VAT: £6,156,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
FM21186-01 - Energy Technology List Scheme Delivery
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 75100000 - Administration services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Energy Technology List Scheme ("the ETL") was introduced by the Government in 2001 to increase the uptake of the most energy-efficient equipment types by industry. The ETL's purpose is to promote business energy-efficiency by influencing the design, availability, and uptake of the most energy-efficient equipment types within the remit of the scheme; and getting businesses of all sizes to use the ETL as a principal procurement tool for purchases of energy-saving equipment.
The ETL intends to address information barriers to improve the uptake of the most energy-efficient plant and machinery in the UK. A lack of information about product energy efficiency, in particular energy performance information, may make it difficult to make the 'right' decision when purchasing a product. Where information is available it might be too costly or time-consuming to access or interpret. It is hoped that the ETL overcomes such barriers by providing information about energy-efficient plant and machinery against a set of transparent protocols.
Lot 1 - Aims and Objectives
• Maintain and develop an efficient ETL scheme
• In doing so, the supplier should:
o Provide a high level of customer care
o Take appropriate steps to protect and promote the ETL brand
o Demonstrate a willingness and ability to innovate and seek out efficiencies
o Collaborate closely with the Lot 2 supplier to deliver a seamless, complementary service (unless they are the same supplier)
o Encourage growth through effective marketing strategies to improve the impact of the policy and increase uptake by existing and new audiences
o Document and demonstrate the impact of efforts to meet these objectives.
Lot 1 - Responsibilities
This section provides a high-level overview of the main responsibilities expected of the supplier, broken down into the following four work streams:
1. Delivery of the scheme, including its continued marketing, promotion, development and improved performance, working closely with the supplier for Lot 2.
2. Maintaining the ETPL by processing applications and adding/removing new products on a monthly basis based on the qualifying criteria.
3. Annual revision: updating the ETPL and guidance documents to ensure continued level of compliance with the annual revision to the ETCL.
4. Responding to written or verbal stakeholder enquiries about the ETL scheme.
Lot 1 is estimated to be £410,000.00 per annum excluding VAT and estimated to be valued at £1,640,000.00 excluding VAT for the full term of the Contract.
It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3.
Services under this lot will be agreed on a Task Order basis, with the scope detailed in advance and a nominal time budget allocated to it.
UK SBS is managing this procurement process in accordance with the Public Contract Regulations 2015 (as may be amended from time to time) (the "Regulations").
This is a Services Contract being procured under the Open OJEU Procedure Regulations.
See section I.3) for access to procurement documentation.
UK SBS will be using the Delta eSourcing Portal for this procurement. The access code is TH43G725U2
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75.00
Price - Weighting: 25.00
two.2.6) Estimated value
Value excluding VAT: £1,640,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
FM21186-02 - Energy Technology List Research Programme Services and Products Policy Support Services
Lot No
2
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Energy Technology List Scheme ("the ETL") was introduced by the Government in 2001 to increase the uptake of the most energy-efficient equipment types by industry. The ETL's purpose is to promote business energy-efficiency by influencing the design, availability, and uptake of the most energy-efficient equipment types within the remit of the scheme; and getting businesses of all sizes to use the ETL as a principal procurement tool for purchases of energy-saving equipment.
The ETL intends to address information barriers to improve the uptake of the most energy-efficient plant and machinery in the UK. A lack of information about product energy efficiency, in particular energy performance information, may make it difficult to make the 'right' decision when purchasing a product. Where information is available it might be too costly or time-consuming to access or interpret. It is hoped that the ETL overcomes such barriers by providing information about energy-efficient plant and machinery against a set of transparent protocols.
Lot 2 is split into two workstreams as identified below:
• Work Strand A: Energy Technology List Research Programme Services
• Work Strand B: Products Policy Support Services
Work strand B: Products Policy Support Services
BEIS's policy work on energy-related products seeks to improve the environmental performance (energy-efficiency in particular) for specific products and product groups and better inform end users about energy efficiency and other relevant environmental impacts. The Authority is seeking a supplier to provide policy support services to help the UK Government develop and implement policies to improve the energy efficiency and other environmental impacts of energy related products, in particular by supporting the development of energy efficiency and energy labelling standards. Products policy covers a large number of domestic and non-domestic energy related product groups, and requires information on markets and performance of products to inform the development of policy.
Lot 2 - Aims and Objectives
• Support the development of the evidence base to underpin policies to improve the environmental performance (energy and resource-efficiency) of energy-related products.
• Support the development of the evidence base to inform measures designed to increase the uptake of energy efficient products by UK consumers and businesses, and to ensure compliance with regulations so that the maximum policy benefits can be realised.
• In order to do so, the supplier should:
o Provide high-quality, timely, neutral and tailored research and technical advice on Energy-related Products and related policy levers
o Have strong working relationships with UK industry, in order to facilitate information exchange and collaboration
o Have a good understanding of the EU Energy-related Product policy process
o Provide high-quality modelling of policy options and undertake cost-benefit analysis
o Be able to monitor and evaluate third countries' regulatory processes, in particular the EU, and advise BEIS on developments
o Demonstrate a willingness and ability to innovate and seek out efficiencies when undertaking tasks
o Act on their own initiative where they identify potential for improvement when undertaking tasks, albeit within the relevant legal requirements and the reasonable scope of the policy objective set by BEIS
o Collaborate closely with the Lot 1 supplier to deliver a seamless, complementary service for the ETL (unless they are the same supplier)
Lot 2 - Responsibilities
Work Strand A: Energy Technology List Research Programme Services
1. Provide expertise to support applications for ETL product listing and new technology proposals;
2. Conducting a research programme to make recommendations for annual revisions to the Energy Technology List including detailed proposals for updating the ETCL
3. Managing and conducting a proportionate annual testing regime to ensure the continued integrity of the ETL and to support the applications appeals process.
Work Strand B: Products Policy Support Services
1. Undertake thorough research on products
2. Provide technical briefing on specific energy-related products
3. Model impacts and develop cost-benefit analysis of policy options (+QA)
4. Update the Products Policy model with potential policy impacts (+QA)
5. Maintain a fully documented Information Management System to house the Products Policy evidence base
6. Respond to ad hoc requests for advice, data or analysis on specific products or issues to support policy team in responding to technical queries
7. Support BEIS in international energy efficiency work such as global policy fora and COP26 Product Energy Efficiency Call to Action
Lot 2 is estimated to be £1,129,000.00 per annum excluding VAT and estimated to be valued at £4,516,000.00 excluding VAT for the full term of the Contract.
It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3.
Services under this lot will be agreed on a Task Order basis, with the scope detailed in advance and a nominal time budget allocated to it.
UK SBS is managing this procurement process in accordance with the Public Contract Regulations 2015 (as may be amended from time to time) (the "Regulations").
This is a Services Contract being procured under the Open OJEU Procedure Regulations.
See section I.3) for access to procurement documentation.
UK SBS will be using the Delta eSourcing Portal for this procurement. The access code is TH43G725U2
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 75.00
Price - Weighting: 25.00
two.2.6) Estimated value
Value excluding VAT: £4,516,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
It is the intention to let this Lot as a 3-year fixed term with the option to extend for a further 1 year. The decision to extend the contract will be subject to review at the end of year 3.
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.1.2) 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
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: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-026621
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 December 2021
Local time
11:00am
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 December 2021
Local time
11:01am
Place
Electronically via Delta eSourcing Portal
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts).
Responses must be received by the date in the tender documentation; responses received outside of the deadline or not sent via the Delta eSourcing portal will not be accepted or considered further for this opportunity.
As a user of the Delta eSourcing Portal you will have access to the Delta messaging service which facilitates all messages sent to you and from you in relation to any specific tender event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The contracting authority expressly reserves the right:
(i) not to award any contract as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the procurement and in no circumstances will the contracting authority be liable for any costs incurred by any
supplier. If the contracting authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders.
How to apply
UK Shared Business Services Ltd (UK SBS) will be using the Delta eSourcing Portal for this procurement.
To register on the Delta eSourcing portal please use the link https://uksbs.deltaesourcing.com and follow the instructions to register.
If you are already registered on the Delta eSourcing Portal and wish to participate in this procurement, please use the link: https://uksbs.delta-esourcing.com and the follow the instructions to 'Login'
Once you are logged into the system you will be able to link yourself into this procurement using the access code: TH43G725U2
six.4) Procedures for review
six.4.1) Review body
UK Shared Business Services Limited
Swindon
SN2 1FF
Country
United Kingdom