Tender

Carbon Offsetting and Validation Services

  • London Universities Purchasing Consortium

F02: Contract notice

Notice identifier: 2022/S 000-034221

Procurement identifier (OCID): ocds-h6vhtk-0347b8

Published 2 December 2022, 2:52pm



Section one: Contracting authority

one.1) Name and addresses

London Universities Purchasing Consortium

Shropshire House, 179 Tottenham Court Road, Fitzrovia

London

W1T 7NZ

Contact

Justin Mc Loughlin

Email

J.McLoughlin@lupc.ac.uk

Telephone

+44 2073077623

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

https://www.lupc.ac.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/81165

one.2) Information about 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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=57822&B=LUPC

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=57822&B=LUPC

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Carbon Offsetting and Validation Services

Reference number

PFB5078 LU

two.1.2) Main CPV code

  • 90713000 - Environmental issues consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

This invitation to tender is issued by London Universities Purchasing Consortium for the establishment of a framework agreement for the procurement of Carbon Offsetting and Validation Services. The specification detailing LUPC's full requirements should be read before Bidders respond to this ITT.

This tender is run in collaboration with EAUC and TEC to provide carbon offsetting and validation services for the HE and wider public sectors.

LUPC will work with EAUC and TEC on the fulfilment of this Framework Agreement.

The Framework Agreement has been divided into three Lots:

Lot 1 Carbon Offsetting Services

Lot 2 Voluntary Carbon Removals

Lot 3 Carbon Compliance Markets-UK ETS Allowance Purchasing

Bidders may bid for any combination of Lots.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

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

Carbon Offsetting Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provider shall provide a comprehensive cost and time efficient service with effective processes which support the deliverables for those calling off from this framework.

The provider will be expected not only to meet the requirements established within this specification but also to ensure the delivery of a high-quality service to the member-Institution(s)s utilising this framework agreement which will be monitored through regular review meetings.

Organisations involved in any way with or linked in any way to the fossil fuel industry are not permitted to apply for access to Lot 1. Should any organisation apply for Lot 1 and subsequently be found out to be involved with or have links to the fossil fuel industry they will be removed from the Framework immediately.

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: £8,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12 month extensions subject to review.

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

Voluntary Carbon Removals

Lot No

2

two.2.2) Additional CPV code(s)

  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provider shall provide a comprehensive cost and time efficient service with effective processes which support the deliverables for those calling off from this framework.

The provider will be expected not only to meet the requirements established within this specification but also to ensure the delivery of a high-quality service to the member-Institution(s)s utilising this framework agreement which will be monitored through regular review meetings.

Please refer to tender documentation for further specification details.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 x 12months extension available.

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

UK ETS Allowance

Lot No

3

two.2.2) Additional CPV code(s)

  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provider shall provide a comprehensive cost and time efficient service with effective processes which support the deliverables for those calling off from this framework.

The provider will be expected not only to meet the requirements established within this specification but also to ensure the delivery of a high-quality service to the member-Institution(s)s utilising this framework agreement which will be monitored through regular review meetings.

Please refer to tender documentation for further specification details.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2x 12months extension available subject to review.

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 8

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: 2022/S 000-016659

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 January 2023

Local time

10:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

9 January 2023

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

LUPC

Shropshire House, 179Tottenham Court Road

London

W1T 7NZ

Email

j.mcloughlin@lupc.ac.uk

Country

United Kingdom

Internet address

www.lupc.ac.uk