Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
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:
Development and piloting of the Energy Innovation Needs Assessment (EINA) methodology.
Reference number: TRN: 1179/06/2016
II.1.2)Main CPV code
73300000
II.1.3)Type of contract
Services
II.1.4)Short description:
BEIS is seeking a contractor (or consortium) to develop, in consultation with government technical and analytical experts, a methodology to assess the RD&D needs of low carbon energy demand and supply technologies, sectors and themes towards 2050. The contractor will then pilot and revise the methodology, ready for it to be used to give UK government insights into the potential of technology to:
— Reduce deployment costs;
— Generate benefit to the UK;
— Meet UK climate change targets.
II.1.5)Estimated total value
Value excluding VAT: 219 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
73100000
73110000
71314000
09300000
09330000
II.2.3)Place of performance
NUTS code: UK
Main site or place of performance:
II.2.4)Description of the procurement:
BEIS is seeking a contractor (or consortium) to develop, in consultation with government technical and analytical experts, a methodology to assess the RD&D needs of low carbon energy demand and supply technologies, sectors and themes towards 2050. The contractor will then pilot and revise the methodology, ready for it to be used to give UK government insights into the potential of technology to:
— Reduce deployment costs;
— Generate benefit to the UK;
— Meet UK climate change targets
The methodology is being prepared to be applied to low carbon energy supply, demand and whole system technologies covered by themes such as:
1. Renewables;
2. Smart systems and integration;
3. Nuclear;
4. De-carbonising the built environment;
5. De-carbonising heavy industry.
Themes will be subdivided into sectors, with both sector and theme innovation needs being assessed by the methodology, as well as a whole energy system view towards 2050.
For background information, the full specification and further information on this project please see the ITT.
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: 219 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
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: no
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 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, and the contract will be awarded on the basis of the most economically advantageous tender.
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
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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 08/03/2017
Local time: 14:00
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: 08/03/2017
Local time: 14:01
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:
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:
03/02/2017