loading
  • GB-SW1A 2AW London
  • 20.02.2017
  • Ausschreibung
  • (ID 2-254907)

TRN 1229/10/2016: Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.02.2017, 10:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung allgemeine Beratungsleistungen / Studien, Gutachten / Energieplanung/ -beratung
    Sprache Englisch
    Aufgabe
    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.
    This contract is divided into 2 lots:
    Lot 1:
    Energy Technology List Scheme Delivery;
    Lot 2
    —Work strand A: Products Policy Support Services
    —Work strand B: Energy Technology List Research Programme Services.
    Leistungsumfang
    Lot No 2:
    Work strand A: Products Policy Support Services
    BEIS's policy work on energy-using 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 using 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-using product groups, and provides information on markets and performance of products to inform the development of policy.
    Work strand B: Energy Technology List Research Programme and Technical Analysis.
    The Authority is seeking a supplier to conduct the ETL research programme to support the annual review of the ETL's criteria. They will also be required to provide technical assessments in support of the successful bidder for Lot 1 above. The ETL is underpinned by a rolling programme of research that assesses each technology type on a three to four year cycle. The programme should also identify technologies with cost-effective carbon emissions reduction potential and provide the evidence base to develop appropriate interventions for BEIS. This research should provide the technical and market knowledge and analysis to inform the maintenance of the ETL qualifying criteria, including justifications for criteria updates and technology removals. In the case of new technologies, it should scope out support for, and, if appropriate, build a case for their inclusion on the ETL. The programme should deliver robust, high quality evidence bases that can be used to form recommendations on the implementation of policy interventions.
    The main responsibilities include:-
    1.Providing technical briefing and analysis on specific energy-related products, including applications for ETL product listing and new technology proposals;
    2.Developing cost-benefit analysis;
    3.Updating the Products Policy model;
    4.Maintaining the Products Policy evidence base;
    5.Conducting a research programme to make recommendations for annual revisions to the Energy Technology List including detailed proposals for updating the ETCL and updating claim values where the ECA does not apply to the full cost of the equipment;
    6.Managing and conducting a proportionate annual testing regime to ensure the continued integrity of the ETL and to support the applications appeals process.
    7.Responding to ad hoc requests.
    The maximum value of Lot 2 for 3 years is 3 387 000 GBP
    Adresse des Bauherren UK-SW1A 2AW London
    TED Dokumenten-Nr. 37588-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Research services

      2017/S 022-037588

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Department for Business, Energy and Industrial Strategy (BEIS)
      3 Whitehall Place
      London
      SW1A 2AW
      United Kingdom
      E-mail: MjE1VldXWlRaVl9lYWNgVWZUZWQxVVZUVB9YZFofWGBnH2Zc
      NUTS code: UK

      Internet address(es):

      Main address: www.delta-esourcing.com

      Address of the buyer profile: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Research-services./83Z665J3S6
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      TRN 1229/10/2016: Energy Technology List Scheme Delivery and Research Programme Services and Products Policy Support Services.

       

      Reference number: TRN 1229/10/2016
      II.1.2)Main CPV code
      73110000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      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.

      This contract is divided into 2 lots:

      Lot 1:

      Energy Technology List Scheme Delivery;

      Lot 2

      —Work strand A: Products Policy Support Services

      —Work strand B: Energy Technology List Research Programme Services.

       

      II.1.5)Estimated total value
      Value excluding VAT: 6 156 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      This contract is divided into 2 lots:

      Lot 1:

      Energy Technology List Scheme Delivery

      Lot 2

      —Work strand A: Products Policy Support Services

      —Work strand B: Energy Technology List Research Programme Services.

       

      II.2)Description
      II.2.1)Title:

       

      Lot1: Energy Technology List Scheme Delivery

       

      Lot No: Lot 1
      II.2.2)Additional CPV code(s)
      79420000 - DA26
      72320000
      72242000
      71318000
      71350000
      71356000
      71356200
      71600000
      71621000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      United Kingdom.

       

      II.2.4)Description of the procurement:

       

      Lot No 1: Delivery of the Energy Technology List

      The Authority is seeking a supplier to deliver the Energy Technology List (ETL). 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; getting businesses of all sizes to use the ETL as a principal procurement tool for purchasers of energy-saving capital equipment; and supporting existing energy saving technologies that have not deeply penetrated the customer markets into which they are sold.

      The main responsibilities include:-

      1.Delivery of the scheme, including its continued 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 ECA/ETL schemes.

      The contract will be offered for 3 years and the Authority reserves the right to offer a further year's extension. Maximum value of the Lot 1 contract over 3 years is 1 230 000 GBP

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 1 640 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      For some of the responsibilities outlined in the specification tables, a high-level suggested approach to QA has been outlined in the right-hand column. However, BEIS is interested in considering other ideas for improving the approach to QA. Therefore, when outlining the QA plan, BEIS encourages alternative options for carrying out QA in a more effective way as well as confirming whether or not the suggested approach is practicable.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      The contract is for a period of 36 months with a possible extension of up to 12 months, unless terminated or extended by the Department in accordance with the terms of the contracts. The decision to extend will be subject to review at the end of year 3.

      The maximum value of Lot 1 over 3 years is 1 230 000 GBP

       

      II.2)Description
      II.2.1)Title:

       

      Lot 2: —Work strand A: Products Policy Support Services —Work strand B: Energy Technology List Research Programme Services.

       

      Lot No: Lot 2
      II.2.2)Additional CPV code(s)
      73110000
      71350000
      71356000
      71356200
      71356300
      71600000
      71621000
      71318000
      72242000
      72320000
      II.2.3)Place of performance
      NUTS code: UK
      Main site or place of performance:

       

      UNITED KINGDOM.

       

      II.2.4)Description of the procurement:

       

      Lot No 2:

      Work strand A: Products Policy Support Services

      BEIS's policy work on energy-using 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 using 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-using product groups, and provides information on markets and performance of products to inform the development of policy.

      Work strand B: Energy Technology List Research Programme and Technical Analysis.

      The Authority is seeking a supplier to conduct the ETL research programme to support the annual review of the ETL's criteria. They will also be required to provide technical assessments in support of the successful bidder for Lot 1 above. The ETL is underpinned by a rolling programme of research that assesses each technology type on a three to four year cycle. The programme should also identify technologies with cost-effective carbon emissions reduction potential and provide the evidence base to develop appropriate interventions for BEIS. This research should provide the technical and market knowledge and analysis to inform the maintenance of the ETL qualifying criteria, including justifications for criteria updates and technology removals. In the case of new technologies, it should scope out support for, and, if appropriate, build a case for their inclusion on the ETL. The programme should deliver robust, high quality evidence bases that can be used to form recommendations on the implementation of policy interventions.

      The main responsibilities include:-

      1.Providing technical briefing and analysis on specific energy-related products, including applications for ETL product listing and new technology proposals;

      2.Developing cost-benefit analysis;

      3.Updating the Products Policy model;

      4.Maintaining the Products Policy evidence base;

      5.Conducting a research programme to make recommendations for annual revisions to the Energy Technology List including detailed proposals for updating the ETCL and updating claim values where the ECA does not apply to the full cost of the equipment;

      6.Managing and conducting a proportionate annual testing regime to ensure the continued integrity of the ETL and to support the applications appeals process.

      7.Responding to ad hoc requests.

      The maximum value of Lot 2 for 3 years is 3 387 000 GBP

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 4 516 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      For some of the responsibilities outlined in the specification tables, a high-level suggested approach to QA has been outlined in the right-hand column. However, BEIS is interested in considering other ideas for improving the approach to QA. Therefore, when outlining the QA plan, BEIS encourages alternative options for carrying out QA in a more effective way as well as confirming whether or not the suggested approach is practicable.

       

      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      Regarding Lot 2: BEIS will release the Products Policy Model Draft User Guide and some supporting background material to potential bidders, subject to completion & return of the confidentiality agreement at Annex E. Requests should be sent to MjEyWVpaXVddWWJoZGZjWGlXaGc0WFlXVyJbZ10iW2NqImlf before the tender deadline.

      The contract is for a period of 36 months with a possible extension of up to 12 months.

       

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.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 IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      Notice number in the OJ S: 2016/S 210-381127
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 20/02/2017
      Local time: 10:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 2 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 20/02/2017
      Local time: 10:30

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

      For more information about this opportunity, please visit the Delta eSourcing portal at:

      https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-services./83Z665J3S6

      To respond to this opportunity, please click here:

      https://www.delta-esourcing.com/respond/83Z665J3S6

      GO Reference: GO-2017130-PRO-9490918.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Department for Business, Energy and Industrial Strategy (BEIS)
      3 Whitehall Place
      London
      SW1A 2AW
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      30/01/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 01.02.2017
Zuletzt aktualisiert 01.02.2017
Wettbewerbs-ID 2-254907 Status Kostenpflichtig
Seitenaufrufe 40