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
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867000, Email: corporateprocurement@ukri.org
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: 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:-Research-and-development-services-and-related-consultancy-services./7Y995DHD55
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-3131 Innovation Support Hub for Department for Food, Environment and Rural Affairs (Defra) Farming Innovation Programme ADOPT Fund.
Reference Number: UKRI-3131
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 ADOPT fund aims to support on-farm trials to evaluate tools, technology, systems, and approaches that can enhance the profitability, productivity, and sustainability of farmers, growers, and foresters in England. The funding aligns with the broader goals of the Farming Innovation Programme (FIP), with a specific focus on 1-to-2-year projects that meet these criteria:

Innovative Solutions: Funding is provided for practices or technologies that aren't widely used but show potential to improve farm productivity and sustainability.

Farmer-Led: Projects are centred on groups led by farmers.

Collaborative: They involve cooperation among farmers, industry, and researchers.

Scientifically Grounded: Trials are based on rigorous scientific methods with detailed measurement and recording.

Knowledge Sharing: Projects are open to sharing results and lessons learned with others.

Innovate UK oversees the scope of competitions and project eligibility
II.1.5) Estimated total value:
Value excluding VAT: 6,000,000
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:
UK UNITED KINGDOM

II.2.4) Description of procurement: The UK is focusing on innovation and technology to increase agricultural productivity, improve environmental sustainability, and meet the demands of a growing global population. The country has strong capabilities in bioscience and research, supported by notable institutions and innovative farmers. The UK Government has invested significantly in agricultural technology through the £270 million Farming Innovation Programme (FIP), managed by the Department for Food, Environment, and Rural Affairs (Defra) in partnership with UKRI Innovate UK, which oversees funding and grant competitions.


A grant support hub is being established to complement the grant competitions for the ADOPT fund. This hub aims to guide applicants and is considered vital for the fund's success. Its role is to encourage more on-farm trials and innovation in agriculture and horticulture. Previous experiences with the European Innovation Partnership for Agriculture Productivity and Sustainability (EIP-Agri) showed that inconsistent support and knowledge-sharing limited the effectiveness of the program. The new grant support hub is designed to address these issues by providing consistent guidance and facilitating better knowledge exchange among participants.


The support hub for the ADOPT fund has several key objectives:

Raise Awareness: Promote the ADOPT fund to the target market to increase awareness and generate interest.
Encourage Quality Applications: Drive a high number of quality applications to ensure a competitive selection process and support impactful projects.
Provide a Supportive Interface: Act as a friendly and accessible 'front door' to help applicants understand the ADOPT fund and have a positive initial experience.
Offer Specialist Advice: Give guidance to potential applicants on how to gather insights, find partners, and access resources for their applications.
Direct Unqualified Applicants: Signpost other relevant services for those whose proposals don't fit the ADOPT fund's criteria.
Enhance Project Success: Advise funded projects on effective trial management, open innovation, and peer-to-peer knowledge exchange to maximise success.
Promote Knowledge Sharing: Support projects in communicating and sharing their research findings with farmers and other stakeholders during and after project completion to maximise the fund's impact.
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: 6,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 05/08/2024 / End: 03/08/2029
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 a period of 3 years with optional extensions of 2 years (1 year + 1 year)
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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/7Y995DHD55


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: 2023/S 000 - 021835
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/06/2024 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 24/06/2024
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Research-and-development-services-and-related-consultancy-services./7Y995DHD55

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/7Y995DHD55
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: 03/05/2024

Annex A