UK-Swindon: Engineering-related scientific and technical services.

UK-Swindon: Engineering-related scientific and technical services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Anvenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 7562167366, Email: kate.richardson@ukri.org
Contact: Kate Richardson
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:-Engineering-related-scientific-and-technical-services./YEK5V699B6
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:-Engineering-related-scientific-and-technical-services./YEK5V699B6 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: https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Engineering-related-scientific-and-technical-services./YEK5V699B6
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-3140 Marine Technical Advisor for UKRI-NERC
Reference Number: UKRI-3140
II.1.2) Main CPV Code:
71350000 - Engineering-related scientific and technical services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: UKRI wishes to establish a framework agreement (“Agreement”) for the provision of a marine technical advisor for UKRI-NERC.

The purpose of this procurement is to appoint a supplier to support the Natural Environment Research Council (NERC) in delivering a broad range of marine technical advice.

The Agreement will be set up to appoint a single Supplier who will act as the main contractor. The Supplier may choose to take the lead role with other ‘specialist’ sub-advisors in order to provide a pre-selected core team for breadth of expertise and consistency of approach.

The following organisations can access this framework Agreement:

•National Oceanography Centre, Southampton (NOC)
•UK Research & Innovation (UKRI).
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
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 scope of the Agreement will include provision of:
•Advice (including feasibility) & designs for existing vessels to improve fuel efficiency, safety, operability, scientific or environmental performance.

•Specifications and supervision of works including but not limited to:

ospecifications for modifications
oreview of/comment on proposals/plans
oreview of/comment on production design and drawings
otesting of machinery and equipment
osupport for ship trials
oprogress reporting

to support modifications & refits and advise on follow-on activities.

•Advice on marine infrastructure and equipment.

•Advice/supervision on repair/modification works to vessels funded through or chartered by UKRI-NERC.

•Marine safety assurance to the owner/operator.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical / Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 25
Cost criterion - Name: Price Question / Weighting: 5

II.2.6) Estimated value:
Value excluding VAT: 5,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: UKRI may re-procure this framework at the end of the term, but does not commit itself to do so.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The Agreement duration shall be for a period of 3-years from commencement of the Agreement with an optional extension of up to 1-year in total.
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: The following organisations can access this framework Agreement:

•National Oceanography Centre, Southampton (NOC)
•UK Research & Innovation (UKRI).

To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/YEK5V699B6


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
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 13/10/2023 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:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 13/10/2023
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: 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:-Engineering-related-scientific-and-technical-services./YEK5V699B6

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/YEK5V699B6
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
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: 04/09/2023

Annex A