Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 2

Status Active

Published 10th Jun 2024

Tender Details
Referenceocds-h6vhtk-040cb6
Common Procurement VocabularyEnvironmental services
Procurement MethodOpen procedure
Value£31,955,000
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 2

Status Active

Published 10th Jun 2024

Tender Details
Referenceocds-h6vhtk-040cb6
Common Procurement VocabularyEnvironmental services
Procurement MethodOpen procedure
Value£31,955,000

Section I: Contracting authority

I.1) Name and addresses

The Department for Energy Security and Net Zero

3 Whitehall Place

London

SW1A 2EG

Email

greenhousegasinventory [at] energysecurity.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero

I.1) Name and addresses

The Department for Environment, Food and Rural Affairs

2 Marsham Street

London

SW1P 4DF

Email

greenhousegasinventory [at] energysecurity.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

I.2) Information about joint procurement

The contract involves joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://beisgroup.ukp.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://beisgroup.ukp.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

National Atmospheric Emissions Inventory (NAEI)

II.1.2) Main CPV code

  • 90700000 - Environmental services

II.1.3) Type of contract

Services

II.1.4) Short description

The contract is the delivery of the National Atmospheric Emissions Inventory (NAEI) to generate high-quality and consistent greenhouse gas and air pollutant emissions estimates for the Department for Energy Security & Net Zero (DESNZ), the Department for Environment, Food & Rural Affairs (Defra), the Office for National Statistics (ONS) and the Devolved Administrations in order to meet international reporting requirements and provide scientific evidence for domestic mitigation policies.

The GHGI is the UK’s official record of its GHG emissions, which is a statutory requirement under the Climate Change Act of 2008, the UNFCCC and the Paris Agreement. This contract is business critical for tracking progress towards net-zero greenhouse gas emissions as mandated under the Climate Change Act 2008 and the Climate Change Act 2008 (2050 Target Amendment) Order 2019.

Similarly, the AQPI is used to fulfil the UKs legal obligation to report annual emissions estimates and projections of air pollutants under the National Emissions Ceilings Regulations (NECR) 2018, and to the United Nations Economic Commission for Europe (UNECE) under the Convention of Long-range Transboundary Air Pollution (CLRTAP). The AQPI is business critical for Defra as it is used to track progress against legal emission reductions commitments under the aforementioned legislation.

There are two lots which suppliers can bid for:

1. The Compilation and Reporting of the National Atmospheric Emissions Inventory (NAEI) - £31,125,000 excl VAT

2. Independent Assurance of the National Atmospheric Emissions Inventory - £830,000 excl VAT

II.1.5) Estimated total value

Value excluding VAT: £31,955,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for one lot only

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

II.2.1) Title

Compilation and Reporting of the National Atmospheric Emissions Inventory (NAEI)

Lot No

1

II.2.2) Additional CPV code(s)

  • 90700000 - Environmental services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The NAEI contract will support the production of the UK’s Greenhouse Gas Inventory (GHGI) and the Air Quality Pollutant Inventory (AQPI) respectively and is jointly funded by DESNZ, Defra and ONS.

The NAEI contract will support the production of the UK’s Greenhouse Gas Inventory (GHGI) and the Air Quality Pollutant Inventory (AQPI) respectively and is jointly funded by DESNZ and Defra. In addition to the core NAEI, there will be an independent function for independent quality assurance/quality control of the NAEI. This is Lot 2.

The outputs of the GHGI reinforce the UK’s commitment to climate change mitigation. They also provide evidence of designing and evaluating mitigation policy so it is expected that an inventory in some form would be required even if there were no international requirement.

Defra has a legal obligation to report UK annual emissions estimates and projections of air pollutants under the National Emissions Ceilings Regulations (NECR) 2018, and to the United Nations Economic Commission for Europe (UNECE) under the Convention of Long-range Transboundary Air Pollution (CLRTAP). Defra use the AQPI not just for meeting its statutory reporting obligations, but also to track progress with its legally binding emission reduction commitments.

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: £31,125,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2024

End date

31 March 2035

This contract is subject to renewal

No

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) Description

II.2.1) Title

Independant Assurance of the National Atmospheric Emissions Inventory (NAEI)

Lot No

2

II.2.2) Additional CPV code(s)

  • 72225000 - System quality assurance assessment and review services
  • 90700000 - Environmental services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

II.2.4) Description of the procurement

The NAEI contract will support the production of the UK’s Greenhouse Gas Inventory (GHGI) and the Air Quality Pollutant Inventory (AQPI) respectively and is jointly funded by DESNZ, Defra and ONS. This Lot is for the Independant Quality Assurance and Control services for the NAEI, funded by DESNZ and Defra. This lot is also responsible for the creation and maintenance of the Inventory’s Improvement Strategy.

The NAEI contract will support the production of the UK’s Greenhouse Gas Inventory (GHGI) and the Air Quality Pollutant Inventory (AQPI) respectively and is jointly funded by DESNZ and Defra.

The outputs of the GHGI reinforce the UK’s commitment to climate change mitigation. They also provide evidence of designing and evaluating mitigation policy so it is expected that an inventory in some form would be required even if there were no international requirement.

Defra has a legal obligation to report UK annual emissions estimates and projections of air pollutants under the National Emissions Ceilings Regulations (NECR) 2018, and to the United Nations Economic Commission for Europe (UNECE) under the Convention of Long-range Transboundary Air Pollution (CLRTAP). Defra use the AQPI not just for meeting its statutory reporting obligations, but also to track progress with its legally binding emission reduction commitments.

The key activities of this Lot 2 contract include:

• Assuring key products and plans arising from the Lot 1 NAEI.

• Developing and delivering holistic assurance activities to look across the entire Inventory system.

• Designing and maintaining an Inventory Improvement Strategy.

• Creating improvement project specifications to be commissioned.

• Delivering secretariat functions for GHG and AQ governance groups.

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: £830,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2025

End date

31 March 2030

This contract is subject to renewal

No

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


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.2.3) 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 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: 2023/S 000-030620

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

12 August 2024

Local time

12:00pm

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 months: 8 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

12 August 2024

Local time

12:00pm


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

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

The Department for Energy Security and Net Zero

3 Whitehall Place

London

SW1A 2EG

Country

United Kingdom