UK-Swindon: Business and management consultancy services.

UK-Swindon: Business and management consultancy services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 7562167366, Email: kate.richardson@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.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-3141 Support for the planning and implementation of UKRI’s Organisational Change Portfolio
Reference number: UKRI-3141

II.1.2) Main CPV code:
79410000 - Business and management consultancy services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: UKRI wishes to establish a Contract for the provision of support for the planning and implementation of UKRI’s Organisational Change Portfolio. The Supplier is required to support the organisational change portfolio with planning and implementation to provide capacity, consistency, greater reach, and consolidation of various strands of work across the portfolio.

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 324,647

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKK14 - Swindon

Main site or place of performance:
Swindon


II.2.4) Description of the procurement: A Supplier is required to support the organisational change portfolio with planning and implementation to provide capacity, consistency, greater reach, and consolidation of various strands of work across the portfolio. The Supplier shall work with project and programme managers across the OCP and report into the Delivery Lead. The Supplier shall bring value-adding capabilities and relevant experience in the areas of: •Portfolio and programme management •Operating model and organisation design •Planning and integration / identification of dependencies

II.2.5) Award criteria:
Quality criterion - Name: Technical / Quality / Weighting: 55
Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 35


II.2.11) Information about options
Options: Yes
Description of these options:The Contract duration shall be for a period of seven (7) months with optional extension of a five (5) months period from commencement of the Contract.

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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2023/S 000-017492



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: 06/09/2023

V.2.2) Information about tenders
Number of tenders received: 17
Number of tenders received from SMEs: 11 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 17
Number of tenders received by electronic means: 17

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 Services Limited, 00414220
10 Bressenden Place, London, SW15 5DN, United Kingdom
Internet address: www.paconsulting.com
NUTS Code: UKI
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: 440,000
Total value of the contract/lot: 324,647
Currency: GBP

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

Section VI: Complementary information

VI.3) Additional information: Procurement Contract Transparency Data: Redacted contract documents will be made available within the next 30 days on the UKRI website at: https://www.ukri.org/about-us/procurement-contract-transparency-data
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=801888580

VI.4) Procedures for review

VI.4.1) Review body
UK Research & 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: 02/10/2023