Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Technical Third Party Support (TTPS) for the Net-Zero Innovation Portfolio (NZIP)

  • First published: 15 July 2021
  • Last modified: 15 July 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Department for Business, Energy and Industrial Strategy
Authority ID:
AA78264
Publication date:
15 July 2021
Deadline date:
20 August 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The technical coordinator (Lot 1) will provide technical and commercial expertise to manage the delivery of work packages, coordinating and integrating delivery of the all other lots (Lots 2, 3, 4 and 5) in coordination with BEIS. This includes:

-Management, monitoring and administration of work packages to relevant technical lots.

-Overseeing delivery of the lots

-Budget and finance management

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Business, Energy and Industrial Strategy

1 Victoria Street

London

SW1H 0ET

UK

Telephone: +44 2072151525

E-mail: sice.ttps@beis.gov.uk

NUTS: 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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.delta-esourcing.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent 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

Technical Third Party Support (TTPS) for the Net-Zero Innovation Portfolio (NZIP)

Reference number: TRN: 5150/06/2021

II.1.2) Main CPV code

71621000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Department for Business, Energy and Industrial Strategy (BEIS) requires Technical Third Party Support (TTPS) to assist with the delivery of the Net-Zero Innovation Portfolio (NZIP). The objective of the NZIP portfolio is to facilitate delivery of the UK’s Net-Zero commitments, continuing to invest in climate science and energy innovation to reduce human impact on climate change. There are ten technical themes that fall under the portfolio and in order to deliver each theme, SICE requires specialist technical expertise expertise to support the development of projects, the bid appraisal process, and the ongoing monitoring, management and evaluation of programmes and projects. Therefore, BEIS intends to procure services to deliver the following: Programme development support, Bid review and selection, Programme management support, Monitoring and Evaluation and Social Research support.

II.1.5) Estimated total value

Value excluding VAT: 14 300 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Restrictions on the number of lots that can be awarded can be found in the Invitation To Tender documents.

II.2) Description

Lot No: 1

II.2.1) Title

Technical Coordinator

II.2.2) Additional CPV code(s)

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

The technical coordinator (Lot 1) will provide technical and commercial expertise to manage the delivery of work packages, coordinating and integrating delivery of the all other lots (Lots 2, 3, 4 and 5) in coordination with BEIS. This includes:

-Management, monitoring and administration of work packages to relevant technical lots.

-Overseeing delivery of the lots

-Budget and finance management

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: 1 200 000.00  GBP

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

Duration in months: 42

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Social Research and Evaluation

II.2.2) Additional CPV code(s)

79315000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This lot will allow for specialist expertise to provide social research and evaluation support and advice across the NZIP portfolio during new programme design/development and programme delivery. This will include:

•Evidence reviews (e.g. Literature review, Rapid Evidence Assessment)

•External stakeholder and public engagement (including qualitative focus groups)

•Customer, consumer, and behavioural insights

•Social research planning/advice

•Programme evaluation planning/advice (process and impact evaluation)

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: 1 000 000.00  GBP

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

Duration in months: 42

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Carbon Control and Storage

II.2.2) Additional CPV code(s)

71300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This lot will deliver Programme Development, Bid Assessment, Programme Management and Monitoring support to programmes that fall under the following technical themes and areas:

-Long Duration Energy Storage

-Industry & CCUS (including biomass conversion)

-Greenhouse Gas Removal

-Hydrogen & Fuel Switching

-Systems, networks and integration

-Energy markets and regulatory expertise

-Manufacturing expertise

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: 4 700 000.00  GBP

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

Duration in months: 42

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Energy Consumption

II.2.2) Additional CPV code(s)

71300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This lot will deliver Programme Development, Bid Assessment, Programme Management and Monitoring support to programmes that fall under the following technical themes:

-Domestic Hydrogen

-Artificial intelligence

-New build

-Smart and in-home energy management systems

-EEF – Energy Entrepreneurs Fund

-Disruptive Technologies

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: 3 100 000.00  GBP

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

Duration in months: 42

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Energy Generation and Distribution

II.2.2) Additional CPV code(s)

71300000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UNITED KINGDOM

II.2.4) Description of the procurement

This lot will deliver Programme Development, Bid Assessment, Programme Management and Monitoring support to programmes that fall under the following technical themes:

-Bioenergy

-Nuclear

-Floating Offshore Wind

-Onshore wind

-Biomass boilers

-Solar Heating

-Hydrogen Supply

-Heat Pumps + Retrofit

-Heat distribution

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: 4 300 000.00  GBP

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

Duration in months: 42

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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.2) Conditions related to the contract

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.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 20/08/2021

Local time: 14:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 20/08/2021

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 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:-Technical-analysis-or-consultancy-services./6N54EF3VMC

To respond to this opportunity, please click here:

https://www.delta-esourcing.com/respond/6N54EF3VMC

GO Reference: GO-2021713-PRO-18561106

VI.4) Procedures for review

VI.4.1) Review body

Department for Business, Energy and Industrial Strategy (BEIS)

1 Victoria Street

London

SW1H 0ET

UK

Telephone: +44 2072152967

VI.5) Date of dispatch of this notice

13/07/2021

Coding

Commodity categories

ID Title Parent category
71300000 Engineering services Architectural, construction, engineering and inspection services
79315000 Social research services Market research services
71621000 Technical analysis or consultancy services Analysis services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
sice.ttps@beis.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.