Skip to main content.

UK Research & Innovation: UKRI-2281 Assessment of the Culture of Innovation, Practices and Processes within the Regulated Energy Networks and Regulatory Environment.

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

Notice Summary
Title: UKRI-2281 Assessment of the Culture of Innovation, Practices and Processes within the Regulated Energy Networks and Regulatory Environment.
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: Innovate UK are delivering the Strategic Innovation Fund in partnership with Ofgem. A key benefit of this partnership approach is to allow IUK an objective perspective of how to deliver more impactful outcomes from the delivery of Innovation Funding. This includes consideration of the barriers and blockers to Innovation and its role in delivering, a) a successful transition to net zero, b) an energy system fit for the future, and c) a continuing drive for consumer value.
Published: 03/02/2023 10:02
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Swindon: Energy and related services.
Section I: Contracting Authority
      I.1) Name and addresses
             UK Research & Innovation
             https://www.ukri.org/, North Star Avenue, Swindon, SN2 1FL, United Kingdom
             Tel. +44 7563420665, Email: Elizabeth.Gage@ukri.org
             Contact: Elizabeth Gage
             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: Yes.
      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-2281 Assessment of the Culture of Innovation, Practices and Processes within the Regulated Energy Networks and Regulatory Environment.       
      Reference Number: UKRI-2281
      II.1.2) Main CPV Code:
      71314000 - Energy and related services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Innovate UK are delivering the Strategic Innovation Fund in partnership with Ofgem. A key benefit of this partnership approach is to allow IUK an objective perspective of how to deliver more impactful outcomes from the delivery of Innovation Funding. This includes consideration of the barriers and blockers to Innovation and its role in delivering, a) a successful transition to net zero, b) an energy system fit for the future, and c) a continuing drive for consumer value.       
      II.1.5) Estimated total value:
      Value excluding VAT: 500,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      90711000 - Environmental impact assessment other than for construction.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: To deliver this Procurement there are some key considerations for addressing:

•Network Companies are all at various stages of transformational journeys, potentially incorporating organisational change, restructuring and transition. Lead and Support Networks engaging, are doing so to complement the work they are already undertaking, seeing the value of this exercise in its additionality. The supplier should recognise that tailored plans for a Licensee must reflect and build upon the work already in progress.
•Lead networks are engaging on the understanding that for a supplier to deliver, there must be top-down organisation access and buy-in.
•Other, recent, consultancy led engagements have been delivered on behalf of Network Companies. The supplier should acknowledge and build from any relevant actions arising from these previous engagements. There should be no element of duplication.
•The supplier will be responsible for developing an engagement plan. This will ensure Lead Networks are clear on the breadth, depth and timing of access the Supplier will need to the relevant people/teams within their Company.
•It may be of particular benefit to facilitate some of the activity via a ‘creative workshop(s)’ with the Lead Networks, perhaps including the Regulator and a selection of Retailers on occasion.
•IUK presence at relevant sessions may also be called upon.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 500,000       
      Currency: GBP       
      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: Not provided       


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: 14/03/2023 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: 14/03/2023
         Time: 15:00
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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:-Energy-and-related-services./5TDPT7X666

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/5TDPT7X666
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research and Innovation
       Polaris House, North Star Avenue, 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: 03/02/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Swindon: Energy and related services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       UK Research & Innovation
       https://www.ukri.org/, North Star Avenue, Swindon, SN2 1FL, United Kingdom
       Tel. +44 7563420665, Email: Elizabeth.Gage@ukri.org
       Contact: Elizabeth Gage
       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: Yes

   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-2281 Assessment of the Culture of Innovation, Practices and Processes within the Regulated Energy Networks and Regulatory Environment.            
      Reference number: UKRI-2281

      II.1.2) Main CPV code:
         71314000 - Energy and related services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Innovate UK are delivering the Strategic Innovation Fund in partnership with Ofgem. A key benefit of this partnership approach is to allow IUK an objective perspective of how to deliver more impactful outcomes from the delivery of Innovation Funding. This includes consideration of the barriers and blockers to Innovation and its role in delivering, a) a successful transition to net zero, b) an energy system fit for the future, and c) a continuing drive for consumer value.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 440,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            90711000 - Environmental impact assessment other than for construction.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: To deliver this Procurement there are some key considerations for addressing: •Network Companies are all at various stages of transformational journeys, potentially incorporating organisational change, restructuring and transition. Lead and Support Networks engaging, are doing so to complement the work they are already undertaking, seeing the value of this exercise in its additionality. The supplier should recognise that tailored plans for a Licensee must reflect and build upon the work already in progress. •Lead networks are engaging on the understanding that for a supplier to deliver, there must be top-down organisation access and buy-in. •Other, recent, consultancy led engagements have been delivered on behalf of Network Companies. The supplier should acknowledge and build from any relevant actions arising from these previous engagements. There should be no element of duplication. •The supplier will be responsible for developing an engagement plan. This will ensure Lead Networks are clear on the breadth, depth and timing of access the Supplier will need to the relevant people/teams within their Company. •It may be of particular benefit to facilitate some of the activity via a ‘creative workshop(s)’ with the Lead Networks, perhaps including the Regulator and a selection of Retailers on occasion. •IUK presence at relevant sessions may also be called upon.

      II.2.5) Award criteria:
       Not Provided

      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: No

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2023/S 000-003366
      
   

   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: 17/05/2023

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             PA Consulting Limited, N/A
             10 Bressenden Place, London, SW1E 5DH, United Kingdom
             Tel. +44 2077309000
             Internet address: https://www.paconsulting.com/
             NUTS Code: UK
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 500,000          
         Total value of the contract/lot: 440,000
         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=782113594

   VI.4) Procedures for review

      VI.4.1) Review body
          UK Research and 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: 08/06/2023