Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Procurement
Abercrombie House, Eaglesham Road
For the attention of: Thomas Paiva-Pennick
East Kilbride
UNITED KINGDOM
E-mail: t-paiva-pennick@dfid.gov.uk
Further information can be obtained from: All queries or request for further information should be submited through DFIDs supplier portal, by registering for this opportunity and using the dialogue function, , https://supplierportal.dfid.gov.uk/selfservice/
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: All queries or request for further information should be submited through DFIDs supplier portal, by registering for this opportunity and using the dialogue function, , https://supplierportal.dfid.gov.uk/selfservice/
UNITED KINGDOM
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Innovation Prizes for Environment and Development (IP4ED).
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
Main site or location of works, place of delivery or of performance: South Lanarkshire.
NUTS code UKM38
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The aim of this work is to design and implement a new innovative programme to support research and development in climate technologies for developing countries.The programme will launch a variety of innovation prizes designed to stimulate and incentivise research to develop and deploy technologies for low income consumers that will improve poor people’s access to clean energy, safe drinking water and resilience to climate change.The contract is scheduled to commence in January 2014 and will run for a period of up to 5 years until January 2019. A further extension of up to 2 years may be granted subject to resources and need.
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): no
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:
II.2.2)Information about options
Options: yes
Description of these options: An extension of up to 2 years may be available at DFID’s discretion if there there is a continuation of need and funding available.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (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:
The contract will be governed by English law. Prices are not required at PQQ stage, however, when requied they must be quoted in GBP and all payments under the contract will be made in GBP. DFID reserves the right to annul the process and not award the contract. DFID does not provide advance funding, therefore, the Service Provider will be required to pre-finance all programme activities before claiming reimbursement from DFID in arrears. DFID will be seeking to agree a output/milestone based payment plan for this contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
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
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 8
Objective criteria for choosing the limited number of candidates: As stated in the Pre-Qualification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. relevant research capabilities and quality of research outputs. Weighting 25
2. suitable methodology demonstrated in responding to the requirement. Weighting 30
3. appropriate personnel and networks to deliver results. Weighting 20
4. commercial. Weighting 25
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
6294
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 – 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
17.6.2013
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
Persons authorised to be present at the opening of tenders: no
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
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 resulting contracts will be awarded on the basis of the most economically advantageous tenders, in line with the strategic priorities outlined in the ToR. Tender documents including draft terms of reference are available in our Supplier Portal. However, only Registered Suppliers can access these documents. Details on Supplier Portal and guidance to register can be found in: http://www.dfid.gov.uk/Work-with-us/DFID-portal/ Expressions of interest should be via the DFID portal, http://www.dfid.gov.uk/Working-with-DFID/Procurement/DFID-portal/ using the PQQ guidance available. Programme staff should not be contacted directly. Following assessment of PQQ, DFID will invite shortlisted applicants to submit full technical and commercial proposals and inform applicants not short-listed that they are unsuccessful. If circumstances require further extension beyond the original contract duration/agreed extensions, DFID will consider doing so by means of the negotiated procedure where necessary conditions can be met. From 1.4.2001, all UK development assistance has been fully untied which allows suppliers from anywhere in the world to bid for DFID contracts. DFID considers this contract to fall under the Research exemption to the EU procurement directives, therefore we are advertising through OJEU voluntarily.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Lee Ferguson
Abercrombie House, Eaglesham Road, East Kilbride
G75 8EA Glasgow
UNITED KINGDOM
E-mail: l-ferguson@dfid.gov.uk
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:
3.6.2013