UK-Swindon: Energy and related services.

UK-Swindon: Energy and related services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
https://www.ukri.org/, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 7563420665, Email: Elizabeth.Gage@ukri.org
Contact: Elizabeth Gage
Main Address: https://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://ukri.delta-esourcing.com/
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-2281 Assessment of the Culture of Innovation, Practices and Processes within the Regulated Energy Networks and Regulatory Environment.
Reference Number: UKRI-2281
II.1.2) Main CPV Code:
71314000 - Energy and related services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Innovate UK are delivering the Strategic Innovation Fund in partnership with Ofgem. A key benefit of this partnership approach is to allow IUK an objective perspective of how to deliver more impactful outcomes from the delivery of Innovation Funding. This includes consideration of the barriers and blockers to Innovation and its role in delivering, a) a successful transition to net zero, b) an energy system fit for the future, and c) a continuing drive for consumer value.
II.1.5) Estimated total value:
Value excluding VAT: 500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
90711000 - Environmental impact assessment other than for construction.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: To deliver this Procurement there are some key considerations for addressing:

•Network Companies are all at various stages of transformational journeys, potentially incorporating organisational change, restructuring and transition. Lead and Support Networks engaging, are doing so to complement the work they are already undertaking, seeing the value of this exercise in its additionality. The supplier should recognise that tailored plans for a Licensee must reflect and build upon the work already in progress.
•Lead networks are engaging on the understanding that for a supplier to deliver, there must be top-down organisation access and buy-in.
•Other, recent, consultancy led engagements have been delivered on behalf of Network Companies. The supplier should acknowledge and build from any relevant actions arising from these previous engagements. There should be no element of duplication.
•The supplier will be responsible for developing an engagement plan. This will ensure Lead Networks are clear on the breadth, depth and timing of access the Supplier will need to the relevant people/teams within their Company.
•It may be of particular benefit to facilitate some of the activity via a ‘creative workshop(s)’ with the Lead Networks, perhaps including the Regulator and a selection of Retailers on occasion.
•IUK presence at relevant sessions may also be called upon.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 500,000
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: No
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: 14/03/2023 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: 14/03/2023
Time: 15:00


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 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:-Energy-and-related-services./5TDPT7X666

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/5TDPT7X666
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: 03/02/2023

Annex A