Award

Greenhouse Gas Removals (GGR) Standards and Methodologies

DESNZ

This public procurement record has 1 release in its history.

Award

03 Oct 2024 at 20:54

Summary of the contracting process

DESNZ, located in London, has conducted a procurement process titled "Greenhouse Gas Removals (GGR) Standards and Methodologies" under the research consultancy services category. The process, now at the award stage, was initiated to design and deliver standards for Greenhouse Gas Removal technologies, specifically Direct Air Carbon Capture and Storage (DACCS) and Bioenergy with Carbon Capture and Storage (BECCS). An initial 33-month contract valued at £1,839,032 has been awarded to BSI Standards Limited starting 13 September 2024 and ending 30 June 2027, with the possibility of a 24-month extension valued up to £2,551,000. The main procurement method used was a negotiated procedure without prior publication (above threshold), and the first set of Minimum Quality Thresholds is expected to be published in 2025.

This tender offers substantial opportunities for growth for businesses specialising in environmental consultancy, carbon capture technology, and standards development. Companies involved in developing methodologies and frameworks for monitoring, reporting, and verifying greenhouse gas removals could find this contract particularly relevant. The detailed iterative approach involving industry specialists, academics, and policymakers ensures that businesses engaged in innovative and first-of-a-kind technologies can contribute and differentiate themselves through high integrity standards. Consequently, this procurement is well-suited for large organisations with the capability to handle comprehensive research and consultancy services.

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

Greenhouse Gas Removals (GGR) Standards and Methodologies

Notice Description

Services to design and deliver Greenhouse Gas Removal Standards in the form of Minimum Quality Thresholds and a series of Publicly Available Specifications (PASs) for Direct Air Carbon Capture and Storage (DACCS) and Bioenergy with Carbon Capture and Storage (BECCS). - An initial contract is awarded for 33 months valued at PS1,839,032 (net) for the design and publication of Minimum Quality Thresholds and a series of Publicly Available Specifications (PASs), covering quantification methodologies for Direct Air Carbon Capture and Storage and Bioenergy with Carbon Capture and Storage only. - Under the initial contract, the supplier will define methodological Minimum Quality Thresholds for early Greenhouse Gas Removal projects seeking support from the Government's Business Model. These will specify what projects must cover as part of their removal quantification, monitoring and reporting and reference best practice and existing government Standards where appropriate, such as the Carbon Capture and Storage regulations and Renewable Transport Fuel Obligation. - The Minimum Quality Thresholds are expected to address crediting periods, life cycle assessment boundaries, counterfactuals, carbon leakage, emission allocation to co-products, additionality, whether there is a rationale for monitoring, reporting and verification differentiation based on project scale, and possibly other aspects that stakeholders identify as priorities. We expect the Minimum Quality Thresholds to be published in 2025. - Following publication of the Minimum Quality Thresholds, the supplier will then develop more detailed Greenhouse Gas Removal technology-specific methodologies via a series of Publicly Available Specifications (PASs) which is an internationally recognised format for Standards. Each PAS will cover a subset of the GGR value chain such a biomass supply, or carbon capture and transport and storage. - The PAS development process generates high integrity Standards or benchmarks, leveraging cross sector industry specialists, academics and policy makers through working groups in the design process to produce a consensus based final product. This iterative approach will ensure that the technology-specific methodologies are robust and allow for the development and innovation associated with first of a kind deployment. - There is an optional contract extension of up to 24 months valued up to PS2,551,000 (net). This covers the delivery of up to six additional PASs for non-carbon capture and storage enabled GGR technologies, and updates to the PASs developed under the initial contract. The need for these methodologies is subject to further approvals and the policy needs of the Department.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-ed6ffb97-7457-47b5-b313-f324f8b118d7
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/03395fc3-5f55-494c-8e6b-6b93b4379d32
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated procedure without prior publication (above threshold)
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73210000 - Research consultancy services

Notice Value(s)

Tender Value
£4,390,032 £1M-£10M
Lots Value
Not specified
Awards Value
£4,390,032 £1M-£10M
Contracts Value
Not specified

Notice Dates

Publication Date
3 Oct 20241 years ago
Submission Deadline
2 Aug 2024Expired
Future Notice Date
Not specified
Award Date
11 Sep 20241 years ago
Contract Period
12 Sep 2024 - 30 Jun 2027 2-3 years
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
DESNZ
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
SE1A 2EG
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

BSI STANDARDS

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-ed6ffb97-7457-47b5-b313-f324f8b118d7-2024-10-03T21:54:10+01:00",
    "date": "2024-10-03T21:54:10+01:00",
    "ocid": "ocds-b5fd17-ed6ffb97-7457-47b5-b313-f324f8b118d7",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_410609/1411502",
        "title": "Greenhouse Gas Removals (GGR) Standards and Methodologies",
        "description": "Services to design and deliver Greenhouse Gas Removal Standards in the form of Minimum Quality Thresholds and a series of Publicly Available Specifications (PASs) for Direct Air Carbon Capture and Storage (DACCS) and Bioenergy with Carbon Capture and Storage (BECCS). - An initial contract is awarded for 33 months valued at PS1,839,032 (net) for the design and publication of Minimum Quality Thresholds and a series of Publicly Available Specifications (PASs), covering quantification methodologies for Direct Air Carbon Capture and Storage and Bioenergy with Carbon Capture and Storage only. - Under the initial contract, the supplier will define methodological Minimum Quality Thresholds for early Greenhouse Gas Removal projects seeking support from the Government's Business Model. These will specify what projects must cover as part of their removal quantification, monitoring and reporting and reference best practice and existing government Standards where appropriate, such as the Carbon Capture and Storage regulations and Renewable Transport Fuel Obligation. - The Minimum Quality Thresholds are expected to address crediting periods, life cycle assessment boundaries, counterfactuals, carbon leakage, emission allocation to co-products, additionality, whether there is a rationale for monitoring, reporting and verification differentiation based on project scale, and possibly other aspects that stakeholders identify as priorities. We expect the Minimum Quality Thresholds to be published in 2025. - Following publication of the Minimum Quality Thresholds, the supplier will then develop more detailed Greenhouse Gas Removal technology-specific methodologies via a series of Publicly Available Specifications (PASs) which is an internationally recognised format for Standards. Each PAS will cover a subset of the GGR value chain such a biomass supply, or carbon capture and transport and storage. - The PAS development process generates high integrity Standards or benchmarks, leveraging cross sector industry specialists, academics and policy makers through working groups in the design process to produce a consensus based final product. This iterative approach will ensure that the technology-specific methodologies are robust and allow for the development and innovation associated with first of a kind deployment. - There is an optional contract extension of up to 24 months valued up to PS2,551,000 (net). This covers the delivery of up to six additional PASs for non-carbon capture and storage enabled GGR technologies, and updates to the PASs developed under the initial contract. The need for these methodologies is subject to further approvals and the policy needs of the Department.",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73210000",
            "description": "Research consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1839032,
            "currency": "GBP"
        },
        "value": {
            "amount": 4390032,
            "currency": "GBP"
        },
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated procedure without prior publication (above threshold)",
        "tenderPeriod": {
            "endDate": "2024-08-02T17:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2024-09-13T00:00:00+01:00",
            "endDate": "2027-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": false,
            "vcse": false
        },
        "mainProcurementCategory": "services"
    },
    "parties": [
        {
            "id": "GB-CFS-297376",
            "name": "DESNZ",
            "identifier": {
                "legalName": "DESNZ"
            },
            "address": {
                "streetAddress": "3-8 Whitehall Place",
                "locality": "London",
                "postalCode": "SE1A 2EG",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Department for Energy Security and Net Zero",
                "email": "internationalclimateandenergy.procurement@energysecurity.gov.uk"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/department-for-energy-security-and-net-zero"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-07864997",
            "name": "BSI Standards Limited",
            "identifier": {
                "legalName": "BSI Standards Limited",
                "scheme": "GB-COH",
                "id": "07864997"
            },
            "address": {
                "streetAddress": "389 Chiswick High Road , London, W4 4AL"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-297376",
        "name": "DESNZ"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-ed6ffb97-7457-47b5-b313-f324f8b118d7-1",
            "status": "active",
            "date": "2024-09-12T00:00:00+01:00",
            "datePublished": "2024-10-03T21:54:10+01:00",
            "value": {
                "amount": 4390032,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-07864997",
                    "name": "BSI Standards Limited"
                }
            ],
            "contractPeriod": {
                "startDate": "2024-09-13T00:00:00+01:00",
                "endDate": "2027-06-30T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/03395fc3-5f55-494c-8e6b-6b93b4379d32",
                    "datePublished": "2024-10-03T21:54:10+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/f842e5d5-f54c-42e1-9a17-b42976dcf042",
                    "format": "application/pdf"
                },
                {
                    "id": "3",
                    "description": "n/a",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/250130fc-981a-4154-8f80-2e3b42b7c27a",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}