UK-Swindon: Business and management consultancy services.

UK-Swindon: Business and management 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: 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://ukri.delta-esourcing.com
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-3929 UK-Norway Green Shipping Corridors Pre-feasibility Study
Reference Number: Not provided
II.1.2) Main CPV Code:
79410000 - Business and management consultancy services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Innovate UK part of United Kingdom Research and Innovation (UKRI), in partnership with the UK Department for Transport and the Norwegian Maritime Authority, is looking to appoint a supplier to conduct a pre-feasibility study investigating Green Corridor routes between the UK and Norway.
II.1.5) Estimated total value:
Value excluding VAT: 250,000
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: Innovate UK part of United Kingdom Research and Innovation (UKRI), in partnership with the UK Department for Transport and the Norwegian Ministry of Climate and Environment, will fund one pre-feasibility study investigating Green Corridor routes between the UK and Norway.

The pre-feasibility study will inform future national and international policy and research decisions and the results will be used by UK and Norway government, industry and academia.

A Green Shipping Corridor is a maritime route, between two or more ports, on which scalable zero emission (well-to-wake) vessels are demonstrated and supported. This involves sourcing or production of scalable zero greenhouse gas (GHG) emission fuel or energy and arrangements for its transportation and distribution, putting in place storage and refuelling or recharging infrastructure in port, securing any electrical grid infrastructure, and deploying zero GHG emission capable vessels to operationally demonstrate zero-emission shipping on a given route. Corridors must, therefore, be a collaboration across the full shipping value chain.

The supplier will be required to:
A.Engage with UK and Norwegian organisations which includes identification, engagement and full buy in from all Green Corridor stakeholders. Stakeholders include (but are not limited to) ports, vessel owners / operators, supply chains, industry associations and government organisations.
B.Include a Norwegian stakeholder or cooperating partner with expertise and networks in the Norwegian maritime sector.
C.Collect and analyse the data and evidence provided by Green Corridor stakeholders. Analysis must stand up to scrutiny and be performed from a position of scientific validity.
D.Produce a comprehensive report on the environmental, technology, commercial, economic and regulatory (vessel and port) findings from the analysis.
E.Provide a comprehensive analysis of at least three case study Green Corridor routes between the UK and Norway and produce a detailed roadmap that shows how to achieve demonstrations of these routes.
F.Report periodically on the progress of the pre-feasibility study. Reporting requirements will be agreed with Innovate UK and DfT with Norwegian governmental organisations providing consent for tailored public releases.

The supplier will be required to conduct a comprehensive review of current and future routes between the two countries. This pre-feasibility study will commence in October 2024 and conclude in March 2025.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 90

Cost criterion - Name: Price / Weighting: 10

II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 6
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: No
Description of options: Not provided
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/35388P3S5P


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: No
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: 05/08/2024 Time: 11:00

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: 05/08/2024
Time: 11:00


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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Business-and-management-consultancy-services./35388P3S5P

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/35388P3S5P
VI.4) Procedures for review
VI.4.1) Review body:
United Kingdom 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: 11/06/2024

Annex A