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 & 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://ukri.delta-esourcing.com/respond/G9YFTB9Y59
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-2542 An Economic Evaluation of BBSRCs Translational funding
Reference Number: UKRI-2542
II.1.2) Main CPV Code:
73000000 - Research and development services and related consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: UKRI have a requirement for an Economic Evaluation of BBSRC’s Translational funding. The aim of this evaluation activity is to conduct an outcomes and impact evaluation of BBSRC’s investments in translational funding since 2004. This study seeks to capture the effectiveness of the Follow on Fund and the Impact Acceleration Accounts in achieving their strategic aims and monetise the economic impacts delivering a Gross Value-Added figure and will include some in depth case studies. The study will provide a description of how BBSRC / UKRI has created leverage and opportunity for the academic research base, individual businesses, bioscience entrepreneurs and the wider economy.

The contract is expected to commence in February/March 2023 and be completed by 30th October 2023, with optional time only extensions of up to 4 months period from commencement of the Contract subject to UKRI approval.

The budget range is £100,000 -£120,000 ex VAT (maximum)
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:
73000000 - Research and development services and related consultancy services.

II.2.3) Place of performance:
UKK14 Swindon

II.2.4) Description of procurement: UKRI have a requirement for an Economic Evaluation of BBSRC’s Translational funding. The aim of this evaluation activity is to conduct an outcomes and impact evaluation of BBSRC’s investments in translational funding since 2004. This study seeks to capture the effectiveness of the Follow on Fund and the Impact Acceleration Accounts in achieving their strategic aims and monetise the economic impacts delivering a Gross Value-Added figure and will include some in depth case studies. The study will provide a description of how BBSRC / UKRI has created leverage and opportunity for the academic research base, individual businesses, bioscience entrepreneurs and the wider economy.

The contract is expected to commence in February/March 2023 and be completed by 30th October 2023 with optional time only extensions of up to 4 months period from commencement of the Contract subject to UKRI approval.

The budget range is £100,000 -£120,000 ex VAT (maximum)
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 8
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: There is an optional time only extensions of up to 4 months period from commencement of the Contract subject to UKRI approval.

To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/G9YFTB9Y59


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: 19/01/2023 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: 19/01/2023
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:-Research-and-development-services-and-related-consultancy-services./G9YFTB9Y59

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/G9YFTB9Y59
VI.4) Procedures for review
VI.4.1) Review body:
Unite Kingdom Research and Innovation
Swindon, 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: 24/11/2022

Annex A