Skip to main content.

UK Research & Innovation: UKRI-2539 Social baseline study for Carbon Storage Research Facility Project

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

Notice Summary
Title: UKRI-2539 Social baseline study for Carbon Storage Research Facility Project
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: The requirement is for a social baseline study for Carbon Storage Research Facility (CSRF) project. In order to improve our understanding of public knowledge and attitudes to CO2 Capture and Storage (CCS), the British Geological Survey (BGS) wishes to acquire a national ‘social baseline’ that provides a snapshot of attitudes to CCS across the UK from a representative sample of the UK population. This baseline of knowledge and attitudes should also provide the opportunity for comparison with future similar activities, should further funding become available, so that changes in social attitudes towards low carbon technologies can be measured over time.
Published: 10/11/2022 17:12

View Full Notice

UK-Swindon: Social research services.
Section I: Contracting Authority
      I.1) Name and addresses
             UK Research & Innovation
             Polaris House, North Star Avenue, Swindon, SN12 1LF, United Kingdom
             Tel. +44 7562167366, Email: kate.richardson@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://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Social-research-services./E7M7S798XT
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Social-research-services./E7M7S798XT 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-2539 Social baseline study for Carbon Storage Research Facility Project       
      Reference Number: UKRI-2539
      II.1.2) Main CPV Code:
      79315000 - Social research services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The requirement is for a social baseline study for Carbon Storage Research Facility (CSRF) project.

In order to improve our understanding of public knowledge and attitudes to CO2 Capture and Storage (CCS), the British Geological Survey (BGS) wishes to acquire a national ‘social baseline’ that provides a snapshot of attitudes to CCS across the UK from a representative sample of the UK population. This baseline of knowledge and attitudes should also provide the opportunity for comparison with future similar activities, should further funding become available, so that changes in social attitudes towards low carbon technologies can be measured over time.       
      II.1.5) Estimated total value:
      Value excluding VAT: 150,000       
      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:
      UKF14 Nottingham
      
      II.2.4) Description of procurement: Tenders are invited for a social baseline study for Carbon Storage Research Facility (CSRF) project.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical / Quality / Weighting: 60
            Quality criterion - Name: Social Value / Weighting: 10
                        
            Cost criterion - Name: Price / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 150,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 14       
      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/E7M7S798XT       


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          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/12/2022 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:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 12/12/2022
         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:-Social-research-services./E7M7S798XT

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/E7M7S798XT
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research & Innovation
       Polaris House, North Start Avenue, Swindon, SN12 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: 10/11/2022

Annex A


View any Notice Addenda

UKRI-2539 Social baseline study for Carbon Storage Research Facility Project

UK-Swindon: Social research services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       UK Research & Innovation
       Polaris House, North Star Avenue, Swindon, SN12 1LF, United Kingdom
       Tel. +44 7562167366, Email: kate.richardson@ukri.org
       Main Address: www.ukri.org
       NUTS Code: UKK14

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: UKRI-2539 Social baseline study for Carbon Storage Research Facility Project      Reference number: UKRI-2539      
   II.1.2) Main CPV code:
      79315000 - Social research services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The requirement is for a social baseline study for Carbon Storage Research Facility (CSRF) project.

In order to improve our understanding of public knowledge and attitudes to CO2 Capture and Storage (CCS), the British Geological Survey (BGS) wishes to acquire a national ‘social baseline’ that provides a snapshot of attitudes to CCS across the UK from a representative sample of the UK population. This baseline of knowledge and attitudes should also provide the opportunity for comparison with future similar activities, should further funding become available, so that changes in social attitudes towards low carbon technologies can be measured over time.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 12/12/2022

VI.6) Original notice reference:

   Notice Reference:    2022 - 536139   
   Notice number in OJ S:    2022/S 000 - 031924
   Date of dispatch of the original notice: 10/11/2022

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.7          
         Place of text to be modified: Conditions for opening of tenders: 14 December 2022          
         Instead of:
         Date: 12/12/2022         
         Local Time: 14:00          
         Read:
         Date: 14/12/2022         
         Local Time: 14:00                   
   
VII.2) Other 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:-Social-research-services./E7M7S798XT

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/E7M7S798XT


View Award Notice

UK-Swindon: Social research services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       UK Research & Innovation
       Polaris House, North Star Avenue, Swindon, SN12 1LF, United Kingdom
       Tel. +44 7562167366, Email: kate.richardson@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.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-2539 Social baseline study for Carbon Storage Research Facility Project            
      Reference number: UKRI-2539

      II.1.2) Main CPV code:
         79315000 - Social research services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The requirement is for a social baseline study for Carbon Storage Research Facility (CSRF) project. In order to improve our understanding of public knowledge and attitudes to CO2 Capture and Storage (CCS), the British Geological Survey (BGS) wishes to acquire a national ‘social baseline’ that provides a snapshot of attitudes to CCS across the UK from a representative sample of the UK population. This baseline of knowledge and attitudes should also provide the opportunity for comparison with future similar activities, should further funding become available, so that changes in social attitudes towards low carbon technologies can be measured over time.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 147,150
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      II.2.3) Place of performance
      Nuts code:
      UKF14 - Nottingham
   
      Main site or place of performance:
      Nottingham
             

      II.2.4) Description of the procurement: Tenders are invited for a social baseline study for Carbon Storage Research Facility (CSRF) project.

      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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/E7M7S798XT


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: 2022/S 000-031924
      
   

   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: 14/02/2023

      V.2.2) Information about tenders
         Number of tenders received: 6
         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: 6          
         Number of tenders received by electronic means: 6

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Edinburgh Innovations, SC148048
             1st Floor Murchison House, King's Buildings, 10 Max Born Crescent, Kings Buildings, Edinburgh, EH9 3BF, United Kingdom
             NUTS Code: UKM75
            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: 147,150          
         Total value of the contract/lot: 147,150
         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. Procurement Contract Transparency Data: Redacted contract documents will be made available within the next 30 days on the UKRI website at: https://www.ukri.org/about-us/procurement-contract-transparency-data
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=750965474

   VI.4) Procedures for review

      VI.4.1) Review body
          UK Research & Innovation
          Polaris House, North Start Avenue, Swindon, SN12 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: 16/02/2023