Evaluation of the Green Deal and Energy Company Obligation Programme
The Department of Energy and Climate Change (DECC) wishes to appoint a supplier in relation to the undertaking of the evaluation of Green Deal and the Energy Company Obligation (ECO) focusing on the delivery of the schemes against their objectives and lessons for the future.
UK-London: Research services
2013/S 101-173318
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department of Energy and Climate
3 Whitehall Place
For the attention of: David Johnson
SW1A 2AW London
UNITED KINGDOM
Telephone: +44 3000682934
E-mail: david.johnson@decc.gsi.gov.uk
Internet address(es):
General address of the contracting authority: www.decc.gov.uk
Address of the buyer profile: www.delta-esourcing.com
Electronic access to information: https://www.delta-esourcing.com/respond/X7QWBAFA32
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
General public services
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:
Evaluation of the Green Deal and Energy Company Obligation Programme.
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)
Research services. The Department of Energy and Climate Change (DECC) wishes to appoint a supplier in relation to the undertaking of the evaluation of Green Deal and the Energy Company Obligation (ECO) focusing on the delivery of the schemes against their objectives and lessons for the future. DECC expects that some project requirements will develop over the life of the evaluation and expects the successful contractor to be sufficiently flexible to respond to emerging information needs. At any one time the team will be working across a number of policy issues and so should be willing to rearrange work schedules and respond to information requests, which will occasionally be urgent.
II.1.6)Common procurement vocabulary (CPV)
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:
In responding to this Invitation To Tenders bidders should therefore put forward lower, middle and upper cost proposals as per the pricing schedule to allow the Department to understand how the needs of the evaluation would be met at different pricing levels. For the purposes of this Invitation To Tender lower cost proposals should not exceed 1.6 m GBP, middle costs proposals should not exceed 2.5 m GBP and upper cost proposals should not exceed £3.5m. In bidding against these ranges bidders should set out how their costs calculated on a per project basis as per the pricing schedule. This contract will run for 20 months with a possible 12 month extension.
Estimated value excluding VAT:
Range: between 1 600 000 and 2 900 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 20 (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
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
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
III.3.2)Staff responsible for the execution of the service
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
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
518/05/2013
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.7.2013 – 11:00
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: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Department of Energy and Climate Change (DECC)
3 Whitehall Place
SW1Y 2AW London
UNITED KINGDOM
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:24.5.2013