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
UK Research & Innovation, Polaris House, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867000, Email: corporateprocurement@ukri.org
Main Address: https://www.ukri.org/, Address of the buyer profile: 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: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://ukri.delta-esourcing.com
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://ukri.delta-esourcing.com 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://ukri.delta-esourcing.com
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 - 3747 Evaluation of the UKRI Research Infrastructure for Conservation and Heritage Science (RICHeS) project
Reference Number: Not provided
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: The Arts and Humanities Research Council (AHRC) is seeking an supplier to undertake an impact and process evaluation of the Research Infrastructure for Conservation and Heritage Science (RICHeS) programme. The objective of this tender is to conduct a comprehensive and rigorous evaluation of the RICHeS programme impact on the conservation and heritage science community.
The evaluation will consist of three main components an: Evaluation Framework, Process Evaluation and Impact Evaluation which includes a Baseline Report).
The Evaluation Framework aims to establish a roadmap for effectively executing the RICHeS evaluation. It will outline the methodology, key milestones and communication strategies. This framework will accommodate the scale and duration of the RICHeS programme, providing opportunities for ongoing learning, review and reflection.
II.1.5) Estimated total value:
Value excluding VAT: 1,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
73000000 - Research and development services and related consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: RICHeS is an ambitious AHRC infrastructure investment which will enable national conservation and heritage science capability and capacity for the UK. The investment is complex and long-term. It includes governance, delivery and communication functions, as well as a two tranches of funding opportunities and an ongoing access fund. The objective of this tender is to conduct a comprehensive and rigorous evaluation of the RICHeS programme impact on the conservation and heritage science community.

The evaluation will consist of three main components an: Evaluation Framework, Process Evaluation and Impact Evaluation which includes a Baseline Report).

The Evaluation Framework aims to establish a roadmap for effectively executing the RICHeS evaluation. It will outline the methodology, key milestones and communication strategies. This framework will accommodate the scale and duration of the RICHeS programme,providing opportunities for ongoing learning, review and reflection.

The Baseline and Impact Evaluation will access the pogramme’s outputs, outcomes and impacts. It will explore the economic rationale for investment and document broader economic, social and sectoral impacts, including impacts on innovation.

The Impact Evaluation will be used to explore and evidence Value for Money (VfM) at a programme, project and regional level.

The Baseline Report will establish the state of the heritage science sector before the programme’s investment, enabling accurate identification measurement and attribution of the impacts, including economic ones.

The Process Evaluation aims to to inform future infrastructure investments by AHRC and UKRI. It will document the commissioning, implementation, delivery and governance processes of RICHeS; highlighting successes and areas for improvement, and extracting valuable lessons for sharing.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 80

Cost criterion - Name: Criterion 1 / Weighting: 20

II.2.6) Estimated value:
Value excluding VAT: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 30/04/2024 / End: 29/04/2029
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: Yes
Description of options: The Contract duration shall be for an initial period of 2 Years with the option to extend for a additional 3 years on a (1+1+1) basis period from commencement of the Contract.
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: https://ukri.delta-esourcing.com/respond/ QZ89428D6X


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: 18/03/2024 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: 18/03/2024
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.
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=841575227
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Polaris House,, North Star Avenue, Swindon,, SN2 1FL, United Kingdom
Email: commercial@ukri.org
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: 08/02/2024

Annex A