UK-Swindon: Research services.

UK-Swindon: Research services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
UK Research and Innovation, Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 7706672289, Email: Nercprocurement@ukri.org
Contact: Liam Lock
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-4094 Financing Net Zero: Blended Finance Sectors
Reference number: UKRI-4094

II.1.2) Main CPV code:
73110000 - Research services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: UKRI requires research services to help explore how private finance can be scaled through new investment products, provide data and insights, and develop track records to encourage capital into the market.

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 376,600

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: The scope of this Contract will include the provision of:

Developing broad evidence across a range of verticals to assess finance gaps, sectoral importance to the UK, market failures leading to a decision on which verticals to prioritise.

Creating detailed analysis of the priority verticals to assess pipeline, specific market barriers, and broad product options leading to narrowign down of the product options.

Creating a detailed rationale for each product offering including clear rationale, benefits, product design options, scaling options, investment rationale and which options represent the greatest value of money.

Delivering a recommended approach, including a strategic rationale, economic case, and broad delivery structure.

The supplier will also be responsible for engaging with stakeholders and disseminating communications.

II.2.5) Award criteria:
Quality criterion - Name: Technical / Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 30


II.2.11) Information about options
Options: 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


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: 2024/S 000-023420



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: 25/11/2024

V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 3 (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: 1
Number of tenders received by electronic means: 9

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Carbon Limiting Technologies Limited, 05987014
Orchard House, Crondall Road, Crookham Village, Fleet, GU51 5SY, United Kingdom
NUTS Code: UKJ37
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 400,000
Total value of the contract/lot: 376,600
Currency: GBP

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

Section VI: Complementary information

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=905562808

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: 26/11/2024