The Department for Business, Energy and Industrial Strategy (BEIS) is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Climate Change Agreements Scheme (CCA) Evaluation |
Notice type: | Contract Notice |
Authority: | The Department for Business, Energy and Industrial Strategy (BEIS) |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | BEIS requires a contractor to undertake an evaluation of the Climate Change Agreements (CCAs) scheme that started on 1 April 2013 to understand the impact and value for money of the current scheme and to provide wider learning for any future scheme and policies. In scoping this evaluation, BEIS envisage a range of specific activities. These activities include: •Theoretical framework development; •Micro-Econometric analysis; •Macro-Economic analysis; •Quantitative data collection and analysis; •Qualitative data collection and analysis; •Additional CCA scheme data analysis; •Literature review of comparative international schemes. See further description below for this opportiunity. |
Published: | 22/02/2018 14:29 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street,, London,, SW1H 0ET, United Kingdom
Tel. +44 30006885577, Email: CCAResearch@beis.gov.uk
Contact: Andy Jackson
Main Address: www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
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%2C:-Research-and-development-services-and-related-consultancy-services./T775RN5673
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com/tenders/UK-title/T775RN5673
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: Climate Change Agreements Scheme (CCA) Evaluation
Reference Number: TRN No 1438/02/2018
II.1.2) Main CPV Code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: BEIS requires a contractor to undertake an evaluation of the Climate Change Agreements (CCAs) scheme that started on 1 April 2013 to understand the impact and value for money of the current scheme and to provide wider learning for any future scheme and policies.
In scoping this evaluation, BEIS envisage a range of specific activities. These activities include:
•Theoretical framework development;
•Micro-Econometric analysis;
•Macro-Economic analysis;
•Quantitative data collection and analysis;
•Qualitative data collection and analysis;
•Additional CCA scheme data analysis;
•Literature review of comparative international schemes.
See further description below for this opportiunity.
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
73110000 - Research services.
73200000 - Research and development consultancy services.
73210000 - Research consultancy services.
79311400 - Economic research services.
79315000 - Social research services.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Further to the earlier description, the evaluation of Climate Change Agreements (CCAs) scheme that started on 1 April 2013 aims to assess:
a) the extent to which the scheme has achieved its objectives (i.e. incentivising energy efficiency whilst maintaining competitiveness) and how these have been achieved;
b) the extent to which this has delivered value for money ;
c) the evidence on the effectiveness of CCAs and similar schemes to be used to develop future policy.
These aims will be met through two phases:
Phase 1 (Pilot) will assess the feasibility of a main evaluation, including the counterfactual scenarios, and will consolidate the design of the main evaluation. This phase will also assess the existing evidence on the effectiveness of CCAs and similar international schemes to develop future policy. This Phase may include carrying out modelling on a sample of sectors to demonstrate what can be delivered through the main evaluation process. A break point is included at the end of Phase 1, and at this point whether further evaluation work is required or the exact nature of the activities to be included in Phase 2 will be agreed.
Subject to the outcome of Phase 1, Phase 2 (main evaluation) will undertake the evaluation of the scheme to assess its impact and value for money and to understand how this evidence can be used to develop future policy . This Phase will end with a synthesis of the evaluation evidence which addresses the final agreed research questions.
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: 386,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 24
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: This opportunity is for 18 months however we will reserve the option of being able to extend the contract by up to a further 6 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
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 17/04/2018 Time: 14:00
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 month(s): 6
IV.2.7) Conditions for opening of tenders:
Date: 17/04/2018
Time: 14:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
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%2C:-Research-and-development-services-and-related-consultancy-services./T775RN5673
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T775RN5673
VI.4) Procedures for review
VI.4.1) Review body:
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street,, London, SW1H 0ET, United Kingdom
Tel. +44 30006885577, Email: CCAResearch@beis.gov.uk
Internet address: www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy,
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 22/02/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street,, London,, SW1H 0ET, United Kingdom
Tel. +44 30006885577, Email: CCAResearch@beis.gov.uk
Contact: Andy Jackson
Main Address: www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy, Address of the buyer profile: www.delta-esourcing.com
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
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 Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Climate Change Agreements Scheme (CCA) Evaluation
Reference number: TRN No 1438/02/2018
II.1.2) Main CPV code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: BEIS requires a contractor to undertake an evaluation of the Climate Change Agreements (CCAs) scheme that started on 1 April 2013 to understand the impact and value for money of the current scheme and to provide wider learning for any future scheme and policies.
In scoping this evaluation, BEIS envisage a range of specific activities. These activities include:
•Theoretical framework development;
•Micro-Econometric analysis;
•Macro-Economic analysis;
•Quantitative data collection and analysis;
•Qualitative data collection and analysis;
•Additional CCA scheme data analysis;
•Literature review of comparative international schemes.
See further description below for this opportiunity.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 385,575
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
73110000 - Research services.
73200000 - Research and development consultancy services.
73210000 - Research consultancy services.
79311400 - Economic research services.
79315000 - Social research services.
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Further to the earlier description, the evaluation of Climate Change Agreements (CCAs) scheme that started on 1 April 2013 aims to assess:
a) the extent to which the scheme has achieved its objectives (i.e. incentivising energy efficiency whilst maintaining competitiveness) and how these have been achieved;
b) the extent to which this has delivered value for money ;
c) the evidence on the effectiveness of CCAs and similar schemes to be used to develop future policy.
For background information, the full specification and further information on this project please see the ITT.
II.2.5) Award criteria:
Not Provided
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: This opportunity is for 18 months however we will reserve the option of being able to extend the contract by up to a further 6 months.
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2018/S 39-85173
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/04/2018
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
CAG Consultans
150 Minories, London, EC3N 1LS, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 385,575
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=329200115
VI.4) Procedures for review
VI.4.1) Review body
Department for Business, Energy and Industrial Strategy (BEIS)
1 Victoria Street,, London, SW1H 0ET, United Kingdom
Tel. +44 30006885577, Email: CCAResearch@beis.gov.uk
Internet address: www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy,
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 26/06/2018