Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street
London
SW1H 0ET
UK
Telephone: +44 2072156556
E-mail: internationalclimateandenergy.procurement@beis.gov.uk
NUTS: UK
Internet address(es)
Main address: www.BEIS.gsi.gov.uk
Address of the buyer profile: www.delta-esourcing.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-and-development-services-and-related-consultancy-services./RMRWW3S43P
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
Assessing Climate Change Mitigation Options for the Authority’s International Climate Finance (ICF) Portfolio
Reference number: 1862/03/2019
II.1.2) Main CPV code
73000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The purpose of this research is to directly support the authority and wider government in designing, planning and implementing new climate finance programming for a doubling of UK climate finance, and to contribute to the international climate finance evidence base by way of an up to date assessment of developing country (defined as Official Development Assistance (ODA) — eligible by the organisation for economic cooperation and development (OECD)) priority mitigation opportunities (for example opportunities by sector, sub-sector, technology, or theme). The research will identify priority actions for the authority’s mitigation investment in developing countries, using a staged approach to develop its findings, and operating in close consultation with the Authority staff.
For background information, the full specification and further information on this project please see the ITT.
II.1.5) Estimated total value
Value excluding VAT:
450 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
73200000
75211200
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 purpose of this research is to directly support the authority and wider government in designing, planning and implementing new climate finance programming for a doubling of UK climate finance, and to contribute to the international climate finance evidence base by way of an up to date assessment of developing country (defined as Official Development Assistance (ODA) — eligible by the Organisation for Economic Cooperation and Development (OECD)) priority mitigation opportunities (for example opportunities by sector, sub-sector, technology, or theme). The research will identify priority actions for the Authority’s mitigation investment in developing countries, using a staged approach to develop its findings, and operating in close consultation with the authority staff.
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:
450 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 7
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
II.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/RMRWW3S43P
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.2.2) Contract performance conditions
Contract Performance will be monitored in accordance with the specification of requirements, as detailed in eth tender documents.
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:
03/12/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
03/12/2019
Local time: 12:01
Place:
London.
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
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, and the contract will be awarded on the basis of the most economically advantageous tender. 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.
For more information about this opportunity, please visit the Delta eSourcing portal at: www.delta-esourcing.com
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Research-and-development-services-and-related-consultancy-services./RMRWW3S43P
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/RMRWW3S43P
GO Reference: GO-20191024-PRO-15508325
VI.4) Procedures for review
VI.4.1) Review body
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street
London
SW1H 0EW
UK
Telephone: +44 2072156556
E-mail: internationalclimateandenergy.procurement@beis.gov.uk
VI.5) Date of dispatch of this notice
24/10/2019