Tender

Analysis to determine zero emission HGV infrastructure requirements and costs.

THE COMMITTEE ON CLIMATE CHANGE

This public procurement record has 1 release in its history.

Tender

05 Dec 2018 at 15:37

Summary of the contracting process

The Committee on Climate Change is currently conducting a procurement process titled "Analysis to determine zero emission HGV infrastructure requirements and costs." This tender is classified under the industry category of research and development services and related consultancy services and is located in London, England. The project aims to provide crucial evidence for achieving net zero greenhouse gas emissions within the transport sector and is set to commence with a contract period starting on 7 January 2019 and concluding on 5 April 2019. Interested parties must submit their proposals by 19 December 2018, and the procurement follows an open procedure under the threshold limit.

This tender represents a significant opportunity for businesses involved in research and consultancy, particularly those with expertise in ultra-low emission vehicle technology and heavy goods vehicle (HGV) infrastructure. Small and medium-sized enterprises (SMEs) that specialise in environmental consultancy, transportation logistics, or technological solutions for emission reductions would be well-positioned to compete for this contract. The insights gained from this research may also spur further collaborative projects aimed at enhancing sustainable transport solutions, ultimately contributing to business growth in the green technology sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Analysis to determine zero emission HGV infrastructure requirements and costs.

Notice Description

In October 2018, the CCC was requested to advice on setting a date for achieving net zero greenhouse gas emissions from across the economy in the context of the Paris Agreement, including from transport, industry and agriculture. This request follow a report from the Intergovernmental Panel on Climate Change (IPCC), showing more rapid action is needed to reduce greenhouse gas emissions to avoid devastating risks of climate change to health and global prosperity. The work in this proposal is expected to be supporting evidence for the CCC's advice, due to be published in spring 2019. Achieving deep emissions reductions in the transport sector will require the use of ultra-low emission vehicles (ULEVs). ULEVs are vehicles with zero or near-zero tailpipe emissions which make use of electricity or hydrogen from an increasingly decarbonised power sector. Whilst battery electric vehicles are the most promising technology option for the light duty vehicle sector, the most cost-effective technology to decarbonise the heavy duty vehicle sector is not yet clear. Given the need to reduce transport emissions to zero wherever possible, the CCC have identified the following likely technology options: * Hydrogen fuel cell vehicles combined with hydrogen refuelling stations * Battery electric vehicles with extremely fast chargers at strategic stopping points * Battery electric vehicles supported by on-road charging infrastructure such as overhead catenaries, dynamic wireless inductive charging or conductive charging. * A hybrid solution combining elements of each of the above. It should be noted that the CCC recently conducted a review of the uses of biomass in a low-carbon economy, which found that there was no long-term role for the use of biofuels in road transport, and therefore the use of biofuels is explicitly excluded here. The aim of this research is to assess the infrastructure costs of these options to 2050 and beyond. Given the lack of comprehensive data on the movements of HGVs of different sizes, this appraisal should take a scenario based approach, using simple evidence-based assumptions. The costs of the technology options themselves are not part of this research, and the CCC is happy to share their latest assumptions on vehicle and fuel costs. The CCC defines a HGV to be any vehicle with a maximum operating weight > 3.5 tonnes. Three types of HGV must be considered: small rigid vehicles (gross vehicle weight (gvw) < 16 tonnes), large rigid vehicles (gvw>16 tonnes) and articulated vehicles (consisting of a separate tractor and trailer of any weight). The CCC has recently published a review on the uses of hydrogen across the economy. In this review we identified the following key issues associated with the low carbon HGV options: *** See Specification for more detail ***

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-bb860ce9-aefb-4bdc-b0f3-9c3313bb8103
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/62a949ee-c33f-4d33-9c8e-4dc29af75a0d
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
£50,000 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
5 Dec 20187 years ago
Submission Deadline
19 Dec 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
7 Jan 2019 - 5 Apr 2019 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE COMMITTEE ON CLIMATE CHANGE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1W 8NR
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI33 Kensington & Chelsea and Hammersmith & Fulham
Delivery Location
TLI London

Local Authority
Kensington and Chelsea
Electoral Ward
Royal Hospital
Westminster Constituency
Chelsea and Fulham

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-bb860ce9-aefb-4bdc-b0f3-9c3313bb8103-2018-12-05T15:37:45Z",
    "date": "2018-12-05T15:37:45Z",
    "ocid": "ocds-b5fd17-bb860ce9-aefb-4bdc-b0f3-9c3313bb8103",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "ED/1218",
        "title": "Analysis to determine zero emission HGV infrastructure requirements and costs.",
        "description": "In October 2018, the CCC was requested to advice on setting a date for achieving net zero greenhouse gas emissions from across the economy in the context of the Paris Agreement, including from transport, industry and agriculture. This request follow a report from the Intergovernmental Panel on Climate Change (IPCC), showing more rapid action is needed to reduce greenhouse gas emissions to avoid devastating risks of climate change to health and global prosperity. The work in this proposal is expected to be supporting evidence for the CCC's advice, due to be published in spring 2019. Achieving deep emissions reductions in the transport sector will require the use of ultra-low emission vehicles (ULEVs). ULEVs are vehicles with zero or near-zero tailpipe emissions which make use of electricity or hydrogen from an increasingly decarbonised power sector. Whilst battery electric vehicles are the most promising technology option for the light duty vehicle sector, the most cost-effective technology to decarbonise the heavy duty vehicle sector is not yet clear. Given the need to reduce transport emissions to zero wherever possible, the CCC have identified the following likely technology options: * Hydrogen fuel cell vehicles combined with hydrogen refuelling stations * Battery electric vehicles with extremely fast chargers at strategic stopping points * Battery electric vehicles supported by on-road charging infrastructure such as overhead catenaries, dynamic wireless inductive charging or conductive charging. * A hybrid solution combining elements of each of the above. It should be noted that the CCC recently conducted a review of the uses of biomass in a low-carbon economy, which found that there was no long-term role for the use of biofuels in road transport, and therefore the use of biofuels is explicitly excluded here. The aim of this research is to assess the infrastructure costs of these options to 2050 and beyond. Given the lack of comprehensive data on the movements of HGVs of different sizes, this appraisal should take a scenario based approach, using simple evidence-based assumptions. The costs of the technology options themselves are not part of this research, and the CCC is happy to share their latest assumptions on vehicle and fuel costs. The CCC defines a HGV to be any vehicle with a maximum operating weight > 3.5 tonnes. Three types of HGV must be considered: small rigid vehicles (gross vehicle weight (gvw) < 16 tonnes), large rigid vehicles (gvw>16 tonnes) and articulated vehicles (consisting of a separate tractor and trailer of any weight). The CCC has recently published a review on the uses of hydrogen across the economy. In this review we identified the following key issues associated with the low carbon HGV options: *** See Specification for more detail ***",
        "datePublished": "2018-12-05T15:37:45Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 50000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2018-12-19T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-01-07T00:00:00Z",
            "endDate": "2019-04-05T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/62a949ee-c33f-4d33-9c8e-4dc29af75a0d",
                "datePublished": "2018-12-05T15:37:45Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "ITT",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/c87982e3-7dbb-42e2-81a2-bca5fa4900a1",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Specification",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/356d56cb-d25e-4b1f-b232-17989826ba1f",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "T&C's",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4a2f8fe0-a745-40cf-9711-76de2bc619dc",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-GOR-PB196",
            "name": "The Committee On Climate Change",
            "identifier": {
                "legalName": "The Committee On Climate Change",
                "scheme": "GB-GOR",
                "id": "PB196"
            },
            "address": {
                "streetAddress": "7 HOLBEIN PLACE",
                "locality": "LONDON",
                "postalCode": "SW1W8NR",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Ellie Davies",
                "email": "Ellie.Davies@theccc.gsi.gov.uk",
                "telephone": "020 7591 6120"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-GOR-PB196",
        "name": "The Committee On Climate Change"
    }
}