UK-Swindon: Evaluation consultancy services.

UK-Swindon: Evaluation 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: corporateprocurement@ukri.org
Main Address: 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./5TRBR2H646
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:-Evaluation-consultancy-services./5TRBR2H646 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-2128 - Evaluation of UK Battery Infrastructure to Support Rapid Scale up of Battery Material and Cell Technologies
Reference Number: UKRI-2128
II.1.2) Main CPV Code:
79419000 - Evaluation consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The UK Research and Innovation (UKRI) Faraday Battery Challenge (FBC) is a Government initiative that is enabling the decarbonisation of the UK’s transport sector whilst ensuring that the UK prospers from this transition. Established in 2017, the FBC has been designed to create an effective research, innovation and scale-up ecosystem that can deploy advancements in battery technology and secure a battery manufacturing base in the UK. This is being delivered through its three pillars: the Faraday Institution (FI), Innovate UK and the UK Battery Industrialisation Centre (UKBIC).

The budget for this requirement is up to between £150,000 and £200,000 ex VAT, The duration of the contract is four months and the final study is required by December.
II.1.5) Estimated total value:
Value excluding VAT: 200,000
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 UK Research and Innovation (UKRI) Faraday Battery Challenge (FBC) is a Government initiative that is enabling the decarbonisation of the UK’s transport sector whilst ensuring that the UK prospers from this transition. Established in 2017, the FBC has been designed to create an effective research, innovation and scale-up ecosystem that can deploy advancements in battery technology and secure a battery manufacturing base in the UK. This is being delivered through its three pillars: the Faraday Institution (FI), Innovate UK and the UK Battery Industrialisation Centre (UKBIC).

This evaluation will assess the existing UK battery infrastructure available to UK PLC in the development of battery materials and cells, including academic institutions, private organisations offering contract services and open-access facilities. The existing available infrastructure will be assessed against current and likely future candidates for research/commercialisation in both battery materials and cell technologies to assess where there are gaps in support for companies progressing from lab  pre-pilot  pilot  gigascale. The technologies to be assed have already been defined by an earlier study.

Different scenarios will be developed for a government funded open-access facility which addresses materials scale up, cell-level scale up, and/or both to meet the gaps identified, and maximise cost benefit to the UK.

The different scenarios will be evaluated to understand likely workflows for different technologies over a 5-15 year time horizon to understand how such facilities could be used and to further evaluate the cost-benefit of building infrastructure to support certain technologies at certain scales. As a secondary point, use by organisations outside of the UK and the global importance of such a facility in attracting foreign direct investment into the UK should be considered.

The outputs of this report may be used as guidance for the formation of the scope and evaluation of bids on infrastructure to be built as part of the next phase of the Faraday Battery Challenge.

The main aims of the tender exercise are to produce a report to:

•Identify if there is a gap in UK scale up support that could be serviced by a battery, materials and/or cell scale up facility
•Clearly define any gap in terms of technology, scale, equipment and facility requirements, in addition to type and quantity of work predicted over a 5-15 year timescale
•Determine whether single or multiple facilities would be best placed to fill this gap through a series of scenarios


•Understand the cost-risk profile of supporting scale up of specific technologies
•Understand the limitations and challenges of building such a facility
•Understand if a facility that meets the needs of the UK could be of international importance, potentially attract foreign direct investment into the UK, and de-risk investments into supporting specific technologies
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 90

Cost criterion - Name: Price / Weighting: 10

II.2.6) Estimated value:
Value excluding VAT: 200,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 4
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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/5TRBR2H646


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
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: 20/07/2022 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 20/07/2022
Time: 14:00


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: 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./5TRBR2H646

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/5TRBR2H646
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, 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: 14/06/2022

Annex A