UK-Swindon: Research and development services and related consultancy services.

UK-Swindon: Research and development services and related consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867000, Email: MRCprocurement@ukri.org
Contact: MRC Procurement
Main Address: www.ukri.org
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Research-and-development-services-and-related-consultancy-services./UZ735K593N
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UKRI-1562 Knowledge Mobilisation Support for the Adolescence, Mental Health and Developing Mind Research Programmes
Reference Number: UKRI-1562
II.1.2) Main CPV Code:
73000000 - Research and development services and related consultancy services.
GC22-2 - Commissioning in

II.1.3) Type of contract: SERVICES
II.1.4) Short description: UKRI are looking to commission an organisation or team of people, with a track record of delivery, to develop and implement a communications and knowledge mobilisation strategy for the overall portfolio of funded research, with a primary focus on this £24M investment in research programmes.
II.1.5) Estimated total value:
Value excluding VAT: 160,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
73100000 - Research and experimental development services.
73200000 - Research and development consultancy services.
73210000 - Research consultancy services.

II.2.3) Place of performance:
UKK14 Swindon

II.2.4) Description of procurement: Knowledge Mobilisation Support for Research Programmes under the Adolescence, Mental Health and Developing Mind Initiative. The objective is to develop and implement a communications and knowledge mobilisation strategy for the overall portfolio of funded research, with a primary focus on the £24M investment in research programmes.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 75

Cost criterion - Name: Pricing / Weighting: 25

II.2.6) Estimated value:
Value excluding VAT: 160,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 11/04/2022 / End: 31/03/2026
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Supplier are expected to demonstrate experience in delivering impactful engagement across a wide range of stakeholders, including third sector, private sector, industry and policymakers. Additionally, suppliers are required to provide evidence of competency and expertise in relation to
communication/translational impact in the field of mental health broadly, and adolescence in particular.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 09/03/2022 Time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Until: 08/06/2022

IV.2.7) Conditions for opening of tenders:
Date: 09/03/2022
Time: 14:30


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Research-and-development-services-and-related-consultancy-services./UZ735K593N

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/UZ735K593N
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867000, Email: MRCProcurement@ukri.org
Internet address: www.ukri.org
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 02/02/2022

Annex A