Award

Industrial Carbon Capture Delivery and Investment Framework Review

BUSINESS ENERGY AND INDUSTRIAL STRATEGY

This public procurement record has 5 releases in its history.

Award

22 Jun 2018 at 09:22

TenderAmendment

19 Apr 2018 at 14:25

TenderAmendment

19 Apr 2018 at 13:35

TenderAmendment

28 Mar 2018 at 12:29

Tender

27 Mar 2018 at 11:53

Summary of the contracting process

The procurement process is led by the Business Energy and Industrial Strategy (BEIS) under the title "Industrial Carbon Capture Delivery and Investment Framework Review". The project falls within the research and development services sector and is located in London. Currently in the Award stage, this tender had a submission deadline of 20th April 2018, after which the contract was initiated on 30th April 2018 and is scheduled to run until 24th August 2018. The procurement method used is an open procedure, aimed at soliciting proposals from various suppliers.

This tender presents significant growth opportunities particularly for small and medium-sized enterprises (SMEs) with expertise in carbon capture technology and consultancy services. Businesses that specialise in innovative environmental technologies, research and development services, and those adept at navigating regulatory frameworks related to carbon emissions reduction are strategically positioned to compete effectively for this contract. Engaging with the project could enhance their visibility and capabilities in the burgeoning carbon capture market.

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

Industrial Carbon Capture Delivery and Investment Framework Review

Notice Description

BEIS committed in the Clean Growth Strategy (CGS) to review the delivery and investment models for Carbon Capture, Usage and Storage (CCUS). This work will inform the review, focussing specifically on industrial carbon capture infrastructure. Carbon capture technology is proven but a number of factors drive up costs and inhibit investment. Addressing these barriers could improve affordability, enable more cost-effective industrial carbon capture projects, and make them investable, ultimately enabling their deployment and operation. In the past UK CCS projects have tended to be based on a "full chain" (capture-transport-storage) model, which requires complex risk sharing arrangements, including for funding and revenue risks, but also technical CCS risks like carbon volume flow and CO2 storage liability. In this work we would like to explore whether "part chain" business models can be more cost-effective, and this work is focussed on the industrial capture element of the chain. Aims and objectives The aim is to identify the range of business models that could enable cost-effective deployment and operation of ICC technology. The objectives are to: " Document and review the market failures and barriers that are preventing the deployment of ICC. " Identify the business models that will be able to address these issues. " Qualitatively appraise the business models in relation to their ability to enable cost-effective ICC deployment and operation, characterising them to identify how they drive cost-reductions. " Identify which business models should be subject to further more detailed analyses to test their suitability and better understand their relative performance prospects, including suggestions as to the analyses that will be required. Work packages This project will involve two work packages: Work Package 1: Barriers to deployment and operation of industrial carbon capture infrastructure in the UK and global lessons learned Objective: Document the existing barriers/challenges/issues that prevent the deployment and operation of Industrial Carbon Capture infrastructure in the UK, in particular those that are material to the commercial case for private sector investment in industrial carbon capture (e.g. insofar as they increase the risk and cost of deploying and operating industrial carbon capture infrastructure). Work package 2: Define the range of possible business models. Objective: Document the range of potential business models that will enable the development and operation of industrial carbon capture in the UK including how and the extent to which they will address the challenges identified in Work Package 1. An overarching point is that the work should focus specifically on a part-chain industrial carbon capture business model, where the transport and storage network is developed separately. The final output from the work will be a standalone report ready for publication and dissemination. Please see the Invitation to Tender document Additional information: How to Apply If you wish to take part in this procurement please see the attached Tender documents attached to this Notice and send your completed Proposal to Joshua Phillips at address stipulated in the "Who to Contact" section. Any late submissions will not be considered. BEIS reserves the right to halt the procurement process and to not award a contract. BEIS will not be held liable for recovery of costs from unsuccessful bids if a contract is not awarded. All costs will be borne by the bidding organisations. If a contract is created it will be upon BEIS Standard Terms and Conditions or the Short Form Terms and Conditions, which are available on Contracts Finder with this notice. Completed tender submission must be returned by post to BEIS, address given at the top of this advertisement, by 20th April 2018. We require 2 hard copies (one of which must be signed). Electronic versions of your bids are to be sent AFTER the deadline to Joshua Phillips (Joshua.Phillips@beis.gov.uk). After reviewing and evaluating the written proposals, BEIS may decide to hold bid clarification meetings with suppliers. If successful and upon contract signature, the supplier is expected to attend a kick-off meeting taking place w/c 30th April. Project completion is required by 24th August 2018.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-ed9214a3-bbf7-4400-a0de-fdec0ef492bf
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/a56cc20c-996f-4f9e-87cf-18643a550155
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
SME

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
£80,000 Under £100K
Lots Value
Not specified
Awards Value
£64,980 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
22 Jun 20187 years ago
Submission Deadline
26 Apr 2018Expired
Future Notice Date
Not specified
Award Date
8 May 20187 years ago
Contract Period
21 May 2018 - 26 Oct 2018 1-6 months
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
BUSINESS ENERGY AND INDUSTRIAL STRATEGY
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
SW1H 0ET
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)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

ELEMENT ENERGY

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-ed9214a3-bbf7-4400-a0de-fdec0ef492bf-2018-06-22T10:22:49+01:00",
    "date": "2018-06-22T10:22:49+01:00",
    "ocid": "ocds-b5fd17-ed9214a3-bbf7-4400-a0de-fdec0ef492bf",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "TRN 1448/03/2018",
        "title": "Industrial Carbon Capture Delivery and Investment Framework Review",
        "description": "BEIS committed in the Clean Growth Strategy (CGS) to review the delivery and investment models for Carbon Capture, Usage and Storage (CCUS). This work will inform the review, focussing specifically on industrial carbon capture infrastructure. Carbon capture technology is proven but a number of factors drive up costs and inhibit investment. Addressing these barriers could improve affordability, enable more cost-effective industrial carbon capture projects, and make them investable, ultimately enabling their deployment and operation. In the past UK CCS projects have tended to be based on a \"full chain\" (capture-transport-storage) model, which requires complex risk sharing arrangements, including for funding and revenue risks, but also technical CCS risks like carbon volume flow and CO2 storage liability. In this work we would like to explore whether \"part chain\" business models can be more cost-effective, and this work is focussed on the industrial capture element of the chain. Aims and objectives The aim is to identify the range of business models that could enable cost-effective deployment and operation of ICC technology. The objectives are to: \" Document and review the market failures and barriers that are preventing the deployment of ICC. \" Identify the business models that will be able to address these issues. \" Qualitatively appraise the business models in relation to their ability to enable cost-effective ICC deployment and operation, characterising them to identify how they drive cost-reductions. \" Identify which business models should be subject to further more detailed analyses to test their suitability and better understand their relative performance prospects, including suggestions as to the analyses that will be required. Work packages This project will involve two work packages: Work Package 1: Barriers to deployment and operation of industrial carbon capture infrastructure in the UK and global lessons learned Objective: Document the existing barriers/challenges/issues that prevent the deployment and operation of Industrial Carbon Capture infrastructure in the UK, in particular those that are material to the commercial case for private sector investment in industrial carbon capture (e.g. insofar as they increase the risk and cost of deploying and operating industrial carbon capture infrastructure). Work package 2: Define the range of possible business models. Objective: Document the range of potential business models that will enable the development and operation of industrial carbon capture in the UK including how and the extent to which they will address the challenges identified in Work Package 1. An overarching point is that the work should focus specifically on a part-chain industrial carbon capture business model, where the transport and storage network is developed separately. The final output from the work will be a standalone report ready for publication and dissemination. Please see the Invitation to Tender document Additional information: How to Apply If you wish to take part in this procurement please see the attached Tender documents attached to this Notice and send your completed Proposal to Joshua Phillips at address stipulated in the \"Who to Contact\" section. Any late submissions will not be considered. BEIS reserves the right to halt the procurement process and to not award a contract. BEIS will not be held liable for recovery of costs from unsuccessful bids if a contract is not awarded. All costs will be borne by the bidding organisations. If a contract is created it will be upon BEIS Standard Terms and Conditions or the Short Form Terms and Conditions, which are available on Contracts Finder with this notice. Completed tender submission must be returned by post to BEIS, address given at the top of this advertisement, by 20th April 2018. We require 2 hard copies (one of which must be signed). Electronic versions of your bids are to be sent AFTER the deadline to Joshua Phillips (Joshua.Phillips@beis.gov.uk). After reviewing and evaluating the written proposals, BEIS may decide to hold bid clarification meetings with suppliers. If successful and upon contract signature, the supplier is expected to attend a kick-off meeting taking place w/c 30th April. Project completion is required by 24th August 2018.",
        "datePublished": "2018-03-27T12:53:52+01:00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1H 0ET"
                    },
                    {
                        "postalCode": "SW1H 0ET"
                    },
                    {
                        "postalCode": "SW1H 0ET"
                    },
                    {
                        "postalCode": "SW1H 0ET"
                    },
                    {
                        "postalCode": "SW1H 0ET"
                    }
                ]
            }
        ],
        "value": {
            "amount": 80000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2018-04-26T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2018-05-07T00:00:00+01:00",
            "endDate": "2018-08-24T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/1521dfd9-2d21-4ccb-8786-dbed973fb87d",
                "datePublished": "2018-04-19T15:25:28+01:00",
                "format": "text/html",
                "language": "en",
                "dateModified": "2018-04-19T15:25:28+01:00"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Invitation to Tender",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/2f9b001b-cf94-4219-beea-944c8fa7a879",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "Terms & Conditions",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/7ffdce73-2438-48cd-83e8-853a5cf156bf",
                "format": "application/msword"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "ITT",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d7b071bd-7477-4b54-941e-e992ca0fff7f",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "clarifications",
                "description": "Q & A",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/470d93b6-fb14-4d23-8e80-69686cb2fdf2",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "6",
                "documentType": "clarifications",
                "description": "Q & A",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e8d35b04-c2ab-43e2-b0cb-2103648ecfba",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/57hG7nME",
            "name": "Business Energy and Industrial Strategy",
            "identifier": {
                "legalName": "Business Energy and Industrial Strategy",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/57hG7nME"
            },
            "address": {
                "streetAddress": "1 Victoria Street",
                "locality": "London",
                "postalCode": "SW1H0ET",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Joshua Phillips",
                "email": "Joshua.phillips@beis.gov.uk",
                "telephone": "0300068 5339"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-CFS-89193",
            "name": "Element Energy",
            "identifier": {
                "legalName": "Element Energy"
            },
            "address": {
                "streetAddress": "78 Margaret Street, London, W1W 8SZ."
            },
            "details": {
                "scale": "sme",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/57hG7nME",
        "name": "Business Energy and Industrial Strategy"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-ed9214a3-bbf7-4400-a0de-fdec0ef492bf-1",
            "status": "active",
            "date": "2018-05-09T00:00:00+01:00",
            "datePublished": "2018-06-22T10:22:49+01:00",
            "value": {
                "amount": 64980,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-CFS-89193",
                    "name": "Element Energy"
                }
            ],
            "contractPeriod": {
                "startDate": "2018-05-22T00:00:00+01:00",
                "endDate": "2018-10-26T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/a56cc20c-996f-4f9e-87cf-18643a550155",
                    "datePublished": "2018-06-22T10:22:49+01:00",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "tenderNotice",
                    "description": "Terms & Conditions",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/7ffdce73-2438-48cd-83e8-853a5cf156bf",
                    "format": "application/msword"
                },
                {
                    "id": "3",
                    "documentType": "tenderNotice",
                    "description": "ITT",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/d7b071bd-7477-4b54-941e-e992ca0fff7f",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                },
                {
                    "id": "4",
                    "documentType": "clarifications",
                    "description": "Q & A",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e8d35b04-c2ab-43e2-b0cb-2103648ecfba",
                    "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
                }
            ]
        }
    ]
}