Request for Tenders for the provision of technical and project management support services for both the CCUS and Unallocated Savings Taskforce and other Unallocated Savings Taskforces in two Lots

The Tender will support Department’s taskforces in advance of CAP26. Lot 1 requires working with the Department for the Environment, Climate and Communications (DECC) and the Department of Enterprise, Trade and Employment (DETE) to assist the Carbon Capture, Utilisation and Storage Taskforce in the design and delivery of a work …

CPV: 66171000 Finančné poradenstvo, 71600000 Služby v oblasti technického skúšania, technickej analýzy a technického poradenstva, 71621000 Služby v oblasti technickej analýzy alebo technického poradenstva, 72220000 Systémové a technické poradenstvo, 72224000 Poradenstvo pri riadení projektov, 73300000 Projektovanie a realizácia výskumu a vývoja, 79400000 Poradenské služby v oblasti obchodu a riadenia a súvisiace služby (podnikateľské poradenstvo), 79419000 Hodnotiace konzultačné služby, 79421000 Riadenie projektov iných ako pre stavebné práce
Miesto vykonania:
Request for Tenders for the provision of technical and project management support services for both the CCUS and Unallocated Savings Taskforce and other Unallocated Savings Taskforces in two Lots
Udeľujúci orgán:
Department of the Environment Climate and Communications
Číslo udelenia:
1

1. Buyer

1.1 Buyer

Official name : Department of the Environment Climate and Communications
Legal type of the buyer : Central government authority
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : Request for Tenders for the provision of technical and project management support services for both the CCUS and Unallocated Savings Taskforce and other Unallocated Savings Taskforces in two Lots
Description : The Tender will support Department’s taskforces in advance of CAP26. Lot 1 requires working with the Department for the Environment, Climate and Communications (DECC) and the Department of Enterprise, Trade and Employment (DETE) to assist the Carbon Capture, Utilisation and Storage Taskforce in the design and delivery of a work plan for the CCUS Taskforce; and deliver a report providing options and making recommendations for allocating additional savings to industry using CCU and formulating a policy position for CCS. Lot 2 requires working with the Department for the Environment, Climate and Communications (DECC) to support the Actions set out in CAP24 and or their derivative sub-group and deliver a report(s) giving options, and making recommendations, for allocating additional savings to relevant sectors under the Climate Action Plan 2026.
Procedure identifier : 291ac1b8-ecaa-490b-bdb9-1e5f6648e4ef
Previous notice : ebcbee4d-9c51-47be-86b1-473fcd909bcb-01
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 73300000 Design and execution of research and development
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services

2.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland

2.1.3 Value

Estimated value excluding VAT : 700 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : LOT 1: Provision of technical and project management support services for the Carbon Capture, Utilisation, Storage and Unallocated Savings Taskforce
Description : The Tender will support Department’s taskforces in advance of CAP26. Lot 1 requires working with the Department for the Environment, Climate and Communications (DECC) and the Department of Enterprise, Trade and Employment (DETE) to assist the Carbon Capture, Utilisation and Storage Taskforce in the design and delivery of a work plan for the CCUS Taskforce; and deliver a report providing options and making recommendations for allocating additional savings to industry using CCU and formulating a policy position for CCS. Lot 2 requires working with the Department for the Environment, Climate and Communications (DECC) to support the Actions set out in CAP24 and or their derivative sub-group and deliver a report(s) giving options, and making recommendations, for allocating additional savings to relevant sectors under the Climate Action Plan 2026.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 73300000 Design and execution of research and development
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.5 Value

Estimated value excluding VAT : 700 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Potential measures to address unallocated emissions savings.
Green Procurement Criteria : National Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Most economically advantageous tender.
Description of the method to be used if weighting cannot be expressed by criteria : Evaluation of Qualitative Award Criteria A 0-5 scoring system will be used in accordance with the scoring table above. A score will be awarded to the Tenderer’s response from 0 to 5 to the relevant award criterion or sub-criterion as applicable. This score, or multiplier, will be used to calculate the mark to be awarded to the Tenderer’s response to the relevant award criterion or sub-criterion as applicable.
Justification for not indicating the weighting of the award criteria : Most economically advantageous tender

5.1.12 Terms of procurement

Information about review deadlines : Not Applicable

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : Not Applicable
Organisation providing offline access to the procurement documents : Department of the Environment Climate and Communications -
Organisation executing the payment : Department of the Environment Climate and Communications

5.1 Lot technical ID : LOT-0002

Title : LOT 2: Provision of technical and project management support services for the delivery of the work of the other Unallocated Savings Taskforces: • Energy Efficiency and Demand Management Working Group across all sectors • Future Energy System Working Group across all sectors • Sustainable Food and Agriculture Working Group.
Description : The Tender will support Department’s taskforces in advance of CAP26. Lot 1 requires working with the Department for the Environment, Climate and Communications (DECC) and the Department of Enterprise, Trade and Employment (DETE) to assist the Carbon Capture, Utilisation and Storage Taskforce in the design and delivery of a work plan for the CCUS Taskforce; and deliver a report providing options and making recommendations for allocating additional savings to industry using CCU and formulating a policy position for CCS. Lot 2 requires working with the Department for the Environment, Climate and Communications (DECC) to support the Actions set out in CAP24 and or their derivative sub-group and deliver a report(s) giving options, and making recommendations, for allocating additional savings to relevant sectors under the Climate Action Plan 2026.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79421000 Project-management services other than for construction work
Additional classification ( cpv ): 71621000 Technical analysis or consultancy services
Additional classification ( cpv ): 66171000 Financial consultancy services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72224000 Project management consultancy services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Additional classification ( cpv ): 73300000 Design and execution of research and development
Additional classification ( cpv ): 79400000 Business and management consultancy and related services
Additional classification ( cpv ): 71600000 Technical testing, analysis and consultancy services

5.1.2 Place of performance

Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Additional information :

5.1.5 Value

Estimated value excluding VAT : 700 000 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : Potential measures to address unallocated emissions savings
Approach to reducing environmental impacts : Climate change mitigation
Green Procurement Criteria : National Green Public Procurement criteria

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Most economically advantageous tender
Description of the method to be used if weighting cannot be expressed by criteria : Evaluation of Qualitative Award Criteria A 0-5 scoring system will be used in accordance with the scoring table above. A score will be awarded to the Tenderer’s response from 0 to 5 to the relevant award criterion or sub-criterion as applicable. This score, or multiplier, will be used to calculate the mark to be awarded to the Tenderer’s response to the relevant award criterion or sub-criterion as applicable.
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Information about review deadlines : Not applicable

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : Not applicable
Organisation providing offline access to the procurement documents : Department of the Environment Climate and Communications -
Organisation executing the payment : Department of the Environment Climate and Communications

6. Results

Value of all contracts awarded in this notice : 654 542 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : Environmental Resources Management Ltd
Tender :
Tender identifier : 000091932
Identifier of lot or group of lots : LOT-0001
Value of the tender : 279 542 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 418840
Date of the conclusion of the contract : 15/04/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 5

6.1 Result lot ldentifier : LOT-0002

At least one winner was chosen.

6.1.2 Information about winners

Winner :
Official name : KPMG
Tender :
Tender identifier : 000092032
Identifier of lot or group of lots : LOT-0002
Value of the tender : 375 000 Euro
Subcontracting : No
Contract information :
Identifier of the contract : 418841
Date of the conclusion of the contract : 04/04/2025

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : Department of the Environment Climate and Communications
Registration number : 4002073W
Postal address : Tom Johnson House, Haddington Road
Town : Dublin
Postcode : D04K7X4
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : 01 678 2000
Internet address : http://www.decc.gov.ie
Buyer profile : http://www.decc.gov.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation executing the payment

8.1 ORG-0002

Official name : Environmental Resources Management Ltd
Registration number : 1014622
Postal address : 2nd Floor Exchequer Court, 33 St. Mary Axe
Town : London
Postcode : EC3A 8AA
Country subdivision (NUTS) : Camden and City of London ( UKI31 )
Country : United Kingdom
Telephone : +44 (0) 203 206 5200
Internet address : www.erm.com
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0003

Official name : KPMG
Registration number : 12474966
Postal address : 1 Stokes Pl, St Stephen's Green, Dublin 2, Ireland
Town : Dublin
Postcode : D02 DE03
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 014101000
Internet address : www.kpmg.com/ie
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0002

8.1 ORG-0004

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation

8.1 ORG-0005

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender

11. Notice information

11.1 Notice information

Notice identifier/version : 0e56817f-d2b4-4c5c-856f-40d7987199b0 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 16/05/2025 16:44 +01:00
Languages in which this notice is officially available : English

11.2 Publication information

Notice publication number : 00322705-2025
OJ S issue number : 96/2025
Publication date : 20/05/2025