UK-Swindon: Evaluation consultancy services.

UK-Swindon: Evaluation consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867000, Email: corporateprocurement@ukri.org
Main Address: https://www.ukri.org/
NUTS Code: UKK14
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: No.
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:-Evaluation-consultancy-services./63HR2SZ7XU
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Research-and-development-services-and-related-consultancy-services./97J6D7FE84 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-1901 Success features of the Prosperity Partnerships activity
Reference Number: UKRI-1901 Success features of the Prosperity Partnerships activity
II.1.2) Main CPV Code:
79419000 - Evaluation consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The UKRI through its constituent council Engineering and Physical Sciences Research Council (EPSRC) wishes to commission a study to demonstrate the impact and success of the Prosperity Partnership (PP) activity since its inception in 2017/18.
1.1.1.This will include:
•the development of a report of the effectiveness of the PP activity,
•a detailed report on the PP impact and successes to date,
•a minimum of 15 high-quality case studies and impact stories.

The budget for this requirement is up to £120,000 (maximum) ex VAT, The duration of the contract is six months and the final study is required by 1st February.
II.1.5) Estimated total value:
Value excluding VAT: 120,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKK14 Swindon

II.2.4) Description of procurement: The UKRI through its constituent council EPSRC wishes to commission a study to demonstrate the impact and success of the Prosperity Partnership (PP) activity since its inception in 2017/18.
1.1.1.This will include:
•the development of a report of the effectiveness of the PP activity,
•a detailed report on the PP impact and successes to date,
•a minimum of 15 high-quality case studies and impact stories.

ii. The impact stories will encompass within specific scientific remits including:
1. Physical and Mathematical Sciences,
2. Engineering and Technology,
3. Future Computing Paradigms,
4. Net Zero and Decarbonisation,
5. AI, Digitisation and Data,
6. Health and Healthcare Technology)

and industrial sectors including:

1. Aerospace & Automotive,
2. Construction & Infrastructure inc. Transport,
3. Consumer Goods,
4. Defence,
5. Digital, Technology and Computer Services,
6. Energy,
7. Life Sciences,
8. Manufacturing) that the PP are operating in.


The budget for this requirement is up to £120,000 (maximum) ex VAT, The duration of the contract will be six months and the final study is required by 1st February.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

II.2.6) Estimated value:
Value excluding VAT: 120,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 6
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:
Not Provided
III.1.2) Economic and financial standing
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
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: 31/05/2022 Time: 11:00

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:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 31/05/2022
Time: 11:00


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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
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:-Evaluation-consultancy-services./63HR2SZ7XU

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/63HR2SZ7XU
VI.4) Procedures for review
VI.4.1) Review body:
United Kingdom Research and Innovation
Polaris House, Swindon, SN2 1ff, United Kingdom
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: 12/04/2022

Annex A