Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Industrial Decarbonisation Market Mechanisms Regulatory Support

  • First published: 23 July 2024
  • Last modified: 23 July 2024
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044807
Published by:
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Authority ID:
AA83469
Publication date:
23 July 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Environment Agency’s Climate Change Trading and Regulatory Services Team (CCTRS) regulate and administer various UK Government and International climate change policies. <br/><br/>We are seeking to put a suitable call off contract(s) for consultants with skills, knowledge and experience to support our operational activities over the next four years to maintain both our current operational activities and enable us to plan and deliver for the future.<br/><br/>The total approved maximum value for all six contracts if £9.5m. A value has been allocated to each supplier & lot, but this is a best guess at this stage. This notice is for the award of £9.5m across all lots and all four years of the contract.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

UK

Contact person: Pippa Hicks

Telephone: +44 12345678

E-mail: pippa.hicks@defra.gov.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://defra-family.force.com/s/Welcome

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

National or federal agency/office

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Industrial Decarbonisation Market Mechanisms Regulatory Support

Reference number: C23631

II.1.2) Main CPV code

71314300

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Environment Agency’s Climate Change Trading and Regulatory Services Team (CCTRS) regulate and administer various UK Government and International climate change policies. <br/><br/>We are seeking to put a suitable call off contract(s) for consultants with skills, knowledge and experience to support our operational activities over the next four years to maintain both our current operational activities and enable us to plan and deliver for the future.<br/><br/>The total approved maximum value for all six contracts if £9.5m. A value has been allocated to each supplier & lot, but this is a best guess at this stage. This notice is for the award of £9.5m across all lots and all four years of the contract.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 9 500 000.00  GBP

II.2) Description

Lot No: Lot 1 (a), (b) and (c)

II.2.1) Title

Lot 1 - (a), (b) and (c) - Business as usual

II.2.2) Additional CPV code(s)

90713000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

17. Lot 1 – Business as Usual<br/>17.1 For Lot 1 our ‘business as usual’ activities, the work will be dependent on each regime. The main work areas include permitting, account opening and assessing reports from businesses such as energy data, emissions data, and annual reports. Our experienced officers that undertake this work are also expected to support less experienced staff through training, coaching and mentoring; this includes peer reviewing work of others. Our experienced officers are also expected to lead on particular areas of work, ensuring colleagues, including less technical staff, are delivering to time.<br/><br/>17.2 Detailed below is a summary of the types of activities for each regime but this list is not exhaustive and consultants may be required to undertake other activities not listed:<br/><br/>18. Lot 1A - Emissions Trading System (ETS) and The Carbon Offsetting and Reduction Scheme for International Aviation (CORSIA)<br/><br/>18.1 ETS – Installations, Aviation and Registry<br/>• Determination of New Permit, Variation Transfer and Surrender Applications.<br/>• Review and respond to notifications from operators.<br/>• Respond to technical and non-technical queries received by our helpdesk.<br/>• Audits of Hospital or Small Emitter annual emission reports.<br/>• Review annual emission reports.<br/>• Review annual activity data reports and submission of activity level changes to the UK ETS Authority <br/>• Review and approve improvement reports.<br/>• Review of monitoring plans.<br/>• Assessment of data submissions – review of baseline data reports and benchmark data.<br/>• Review and approval of monitoring methodology plans.<br/>• Determination of new Emissions Monitoring Plans and variation applications.<br/>• Supporting less technical staff. <br/>• Monitoring specific pieces of work to ensure key milestones and targets are met; this will be a particular requirement for the UK ETS Registry which deals with 1200 UK ETS Compliance Accounts and also circa 280 Trading (UK ETS and Kyoto Protocol) Accounts where we may be required to onboard operators and traders, and complete due diligence checks and assessments on both the company and their nominated representatives. Prior to authorising access to their accounts in the UK ETS Registry system this may involve using external systems to complete the due diligence checks. Approximate numbers: 750 operator holding accounts for stationary installations, 450 aircraft operator holding accounts and 90 new aircraft operator holding accounts. <br/>• Supporting the registration process for new registry users and providing support and advice on due diligence checks and company onboarding. <br/>• Supporting technical issues with the new UK ETS registry.<br/><br/>18.2 CORSIA<br/>• Review annual emission reports.<br/>• Determine new monitoring plans and variation applications.<br/>• Respond to technical queries received by our helpdesk.<br/><br/>19. Lot 1B - Climate Change Agreements (CCA)<br/>19.1 CCA<br/>• Assess applications for setting up new Underlying Agreements and ensure that improvement targets are appropriate.<br/>• Assess variations to existing Underlying Agreements such as the addition or removal of facilities, correction of errors in data used to set targets, changes to the target currency, structural changes, administrative corrections, etc. <br/>• Assess the eligibility of new facilities being added to agreements.<br/>• Process target period report submissions to confirm whether targets have been met and issue buy-out fee notices where required.<br/>• Confirm receipt of the correct buy-out fees to enable a list of eligible facilities to be published at the start of each certification period.<br/>• Identify potential errors in the data used to set targets and/or reported performance data and resolve issues with sectors or operators. <br/>• Analyse target period report data to compile summary data tables highlighting performance at sector and target unit levels, and draft wording for the biennial report publication. <br/><br/><br/>20. Lot 1C- Fluorinated gases and ozone-depleting substances (F-Gas) and Clean Heat Market Mechanism (CHMM)<br/><br/>20.1 F-Gas<br/>• Respond to technical queries received by our helpdesk.<br/>• Support others in responding to queries received by our helpdesk. <br/>• Review and respond to National Clearance Hub import referrals to assist in the monitoring of goods to be placed on the market in Great Britain.<br/>• Review of GB Hydrofluorocarbons and Ozone Depleting Substances/LabODS declarations, registration/applications.<br/>• Review of Ozone Depleting Substances standard and multi shipment licence applications.<br/>• Processing of GB HFC Quota transactions in the GB HFC Registry <br/>• Review of F-Gas and ODS Annual Activity Reports and Verification documents. <br/>• Evidence gathering for non-compliance.<br/>• Review Tarriff F-Gas & ODS commodity codes in line with changes to measures and conditions to be implemented in UK Tarriff. <br/><br/>20.2 CHMM <br/>• Monitoring MCS data and credit registry updates <br/>• Reviewing annual and quarterly boiler sales data submissions <br/>• Responding to helpdesk queries

II.2.5) Award criteria

Quality criterion: Sustainability / Social Value / Weighting: 10

Quality criterion: Technical / Weighting: 50

Price / Weighting:  40

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

Lot No: Lot 2

II.2.1) Title

Lot 2 – Audits

II.2.2) Additional CPV code(s)

79212300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

22. Lot 2 - Audits<br/>22.1 For Lot 2, our audit work, the audits will focus on similar outcomes but with specific ways of working and templates for each regime. Consultants may be required to work in conjunction with us to ensure a participant, sector or operator is compliant. We reserve the right to ask the consultants to conclude and complete any audit without further analytical work. <br/><br/>22.2 Detailed below is a summary of the details for the ESOS and CCA regimes. ETS Installations and Registry also undertake audits but this work is currently undertaken as part of the Business as usual work. It is possible, that we may ask for ETS audits or any other regime audits, including future regimes, to be undertaken as part of this contract.<br/><br/>23. ESOS Audits <br/><br/>23.1 The ESOS audits are detailed compliance audits on participants who have notified us of their compliance. The scope of work includes completing audits to review the accreditation of the professional bodies. <br/><br/>23.2 The auditor will be required to <br/>• Evaluate the compliance of participants in accordance with an outline methodology. <br/>• Review, check and assess the accreditation criteria put down by the professional bodies.<br/>• Review energy saving opportunities identified by participants, investigating the validity and reasoning around assumptions made with regards to the scaling of energy saving opportunities to sites not visited.<br/>• Check the validity of the calculations and data used to determine figures like the total energy consumption, significant energy consumption, energy intensity ratios and life cycle cost analysis/simple payback period. Assess the overall benefit of the audits to participants.<br/>• Assess the likely uptake of the energy saving opportunities identified.<br/>• Assess the robustness of advice provided by lead assessors.<br/>• Strengthen our ability to cut audit off when our requirements are met.<br/>• Contribute to the review of the Professional bodies including assisting in the organisation and attendance at a Professional bodies workshop. <br/><br/>24. CCA<br/><br/>24.1 Audits to address compliance with the following aspects of the CCA scheme: <br/>• accuracy of target period reporting data including the accuracy of baseline data used to set improvement targets. <br/>• reviewing evidence of energy efficiency and decarbonisation submitted by operators <br/>• reviewing the eligibility of facilities included in agreements and the procedures operators have to keep this information up to date and notify us of any changes.<br/>• operators’ compliance with the scheme rules. <br/>• evaluation of a sector’s approach to handling data on behalf of operators and compliance with the scheme rules. <br/><br/>24.2 They will require knowledge/experience of the following activities: <br/>• Eligibility definitions for each of the sectors and any relevant past precedents.<br/>• A broad understanding of the activities undertaken by different participants across the scheme.<br/>• An understanding of how milestone reports are completed and how performance is determined.<br/>• An understanding of the processes used to convert raw energy/throughput data into milestone performance reports and demonstrating the annual assessment of facility eligibility (70% rule compliance). <br/>• Reviewing operator systems for records management.<br/>• Energy metering and fuel measurement/reading processes. <br/>• Change control processes for data management, ownership, personnel, reporting systems etc. <br/>• Assessing the competence of the persons responsible for compliance with the scheme rules.<br/>• Assessing history of non-compliances, from previous audits or other intelligence.<br/>• Checking completion of corrective actions.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 50

Quality criterion: Sus / Weighting: 10

Price / Weighting:  40

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

Lot No: Lot 3

II.2.1) Title

Lot 3 - Technical Advice

II.2.2) Additional CPV code(s)

90713000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

25. Lot 3 – Expert Technical Advice<br/>25.1 For Lot 3, where specific technical advice will be sought, the scope of the work will be outlined and agreed, prior to the work commencing. The nature of this will be on an ad hoc basis. For example, we may need specific technical advice on an industry sector or a type of industry operation, such as energy throughput or how a particular substance is used, such as ozone depleting substances. We may need specific technical knowledge or experience as we develop and implement new schemes.

II.2.5) Award criteria

Quality criterion: Technical / Weighting: 50

Quality criterion: Sustainability / Social Value / Weighting: 10

Price / Weighting:  40

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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:

2024/S 000-007989

Section V: Award of contract

Lot No: 1

Title: Industrial Decarbonisation Market Mechanisms Regulatory Support 24-28 - Lot (a), (b) and (c)

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

07/06/2024

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Jacobs UK Ltd

02594504

Cottons Centre, Cottons Lane, London Bridge

London

SE1 2QG

UK

NUTS: UK

Internet address(es)

URL: www.jacobs.com

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:

Total value of the contract/lot: : 9 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

07/06/2024

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Jacobs UK Ltd

London

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 2

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

07/06/2024

V.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

ICF Consulting Services Limited

4161656

ICF Consulting Services Limited Riverscape 10 Queen Street Place London

LONDON

EC4R 1BE

UK

NUTS: UK

Internet address(es)

URL: www.icf.com

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 200 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: 3

Title: Industrial Decarbonisation Market Mechanisms Regulatory Support 24-28 - Lot 3

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

07/06/2024

V.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 3

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Jacobs UK Ltd

02594504

Cottons Centre, Cottons Lane, London Bridge

LONDON

SE1 2QG

UK

NUTS: UK

Internet address(es)

URL: www.jacobs.com

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 100 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

DEPARTMENT OF ENVIRONMENT, FOOD AND RURAL AFFAIRS (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

UK

Internet address(es)

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

VI.5) Date of dispatch of this notice

22/07/2024

Coding

Commodity categories

ID Title Parent category
71314300 Energy-efficiency consultancy services Energy and related services
90713000 Environmental issues consultancy services Environmental management
79212300 Statutory audit services Auditing services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
pippa.hicks@defra.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.