Section one: Contracting authority
one.1) Name and addresses
Department for Energy Security and Net Zero
3-8 Whitehall Place
London
SE1A 2EG
Contact
Charlotte Finlay
internationalclimateandenergy.procurement@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.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Greenhouse Gas Removals (GGR) Standards and Methodologies
two.1.2) Main CPV code
- 73210000 - Research consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Services to design and deliver Greenhouse Gas Removal Standards in the form of Minimum Quality Thresholds and a series of Publicly Available Specifications (PASs) for Direct Air Carbon Capture and Storage (DACCS) and Bioenergy with Carbon Capture and Storage (BECCS).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,390,032
two.2) Description
two.2.2) Additional CPV code(s)
- 90711200 - Environmental standards other than for construction
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
• An initial contract is awarded for 33 months valued at £1,839,032 (net) for the design and publication of Minimum Quality Thresholds and a series of Publicly Available Specifications (PASs), covering quantification methodologies for Direct Air Carbon Capture and Storage and Bioenergy with Carbon Capture and Storage only.
• Under the initial contract, the supplier will define methodological Minimum Quality Thresholds for early Greenhouse Gas Removal projects seeking support from the Government's Business Model. These will specify what projects must cover as part of their removal quantification, monitoring and reporting and reference best practice and existing government Standards where appropriate, such as the Carbon Capture and Storage regulations and Renewable Transport Fuel Obligation.
• The Minimum Quality Thresholds are expected to address crediting periods, life cycle assessment boundaries, counterfactuals, carbon leakage, emission allocation to co-products, additionality, whether there is a rationale for monitoring, reporting and verification differentiation based on project scale, and possibly other aspects that stakeholders identify as priorities. We expect the Minimum Quality Thresholds to be published in 2025.
• Following publication of the Minimum Quality Thresholds, the supplier will then develop more detailed Greenhouse Gas Removal technology-specific methodologies via a series of Publicly Available Specifications (PASs) which is an internationally recognised format for Standards. Each PAS will cover a subset of the GGR value chain such a biomass supply, or carbon capture and transport and storage.
• The PAS development process generates high integrity Standards or benchmarks, leveraging cross sector industry specialists, academics and policy makers through working groups in the design process to produce a consensus based final product. This iterative approach will ensure that the technology-specific methodologies are robust and allow for the development and innovation associated with first of a kind deployment.
• There is an optional contract extension of up to 24 months valued up to £2,551,000 (net). This covers the delivery of up to six additional PASs for non-carbon capture and storage enabled GGR technologies, and updates to the PASs developed under the initial contract. The need for these methodologies is subject to further approvals and the policy needs of the Department.
two.2.5) Award criteria
Price
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the cases listed below
- The services can be provided only by a particular economic operator for the following reason:
- absence of competition for technical reasons
Explanation:
The standard is required to be developed as a Publicly Available Specification (PAS). As the national standards body, BSI are the only standard body that can deliver PAS nationally, and no other alternative supplier can develop this PAS. The proposed duration is absolutely necessary to achieve the purpose of the contract.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
Section five. Award of contract
Contract No
con_6740
Title
Greenhouse Gas Removals (GGR) Standards and Methodologies
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
13 September 2024
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
BSI Standards Limited
389 Chiswick High Road
London
W4 4AL
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://www.bsigroup.com/en-GB/
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,839,032
Total value of the contract/lot: £4,390,032
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service (PPRS)
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom