Marginal Abatement Cost Curves and Business as Usual emissions projections for all countries and sectors covered by the EU Emissions Trading System over the period 2016 to 2050.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department of Energy and Climate Change
3 Whitehall Place
Contact point(s): Alexei.mulko@decc.gsi.gov.uk
For the attention of: Michael Conroy or Alexei Mulkoor
SW1A 2AW London
UNITED KINGDOM
E-mail: Michael.conroy@decc.gsi.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Environment
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Marginal Abatement Cost Curves (MACCs) and Business as Usual (BAU) emissions projections for all countries and sectors covered by the EU Emissions Trading System (ETS) over the period 2016 to 2050.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 8: Research and development services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Environmental services. Environmental management. Environmental impact assessment other than for construction. Environmental standards other than for construction. Environmental indicators analysis other than for construction. Environmental Impact Assessment EIA services other than for construction. Environmental monitoring other than for construction. Environmental planning. Environmental information systems. Environmental quality control services. DECC is looking for a contractor or contractors to produce Business As Usual (BAU) emissions projections and marginal abatement cost curves (MACCs) for all countries and sectors covered by the EU ETS over the period 2016 to 2050. The BAU emissions projections and MACCs need to be consistent with DECC projections of fossil fuel prices and economic growth and should be disaggregated by country and by sector. The outputs of the project will be new data, which will be used as inputs into DECC’s in-house Carbon Price Model, and an accompanying technical report. The contract with the chosen supplier will be for one year with the option to extend to two years by mutual consent.
II.1.6)Common procurement vocabulary (CPV)
90700000, 90710000, 90711000, 90711200, 90711300, 90711400, 90711500, 90712000, 90714100, 90714500
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This contract will run for 1 year with a maximum value of 70 000 GBP; there is an option to extend for up to a further 12 months giving the overall maximum value over 2 years of 140 000 GBP.
Estimated value excluding VAT: 140 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 2 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: ITo respond to this opportunity, please go to:
https://www.delta-esourcing.com
Access Code: Y92ZN37M4D.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
TRN1124/01/2016
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
29.3.2016 – 23:59
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 30.3.2016 – 9:00
Place:
3 Whitehall place, London
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Department of Energy and Climate Change staff.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.2.2016