UK-Swindon: Energy and related services.

UK-Swindon: Energy and related services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Research

Section II: Object Of The Contract

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.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 440,000

Currency:GBP

II.2) Description

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


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the 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:
Not Provided

II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

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


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2023/S 000-003366



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 17/05/2023

V.2.2) Information about tenders
Number of tenders received: 10
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
PA Consulting Limited, N/A
10 Bressenden Place, London, SW1E 5DH, United Kingdom
Tel. +44 2077309000
Internet address: https://www.paconsulting.com/
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 440,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

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.
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=782113594

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.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 08/06/2023