Skip to main content.

UK Research & Innovation: UKRI-3929 UK-Norway Green Shipping Corridors Pre-feasibility Study

  UK Research & Innovation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UKRI-3929 UK-Norway Green Shipping Corridors Pre-feasibility Study
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
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.
Published: 11/06/2024 14:24

View Full Notice

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


View any Notice Addenda

View Award Notice