UK Research & Innovation: UKRI-1174 DESIGN FOR GROWTH SUPPORT PROGRAMME

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

Notice Summary
Title: UKRI-1174 DESIGN FOR GROWTH SUPPORT PROGRAMME
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: UK Research and Innovation - Innovate UK (IUK) wishes to establish a Contract for the provision of UKRI-1174 Design for Growth Support Programme to support innovation led companies impacted by the Covid- 19 pandemic which will consist of two elements: a Design Coaching Service for UK SMEs and a programme of Design Awareness Training for IUK EDGE Innovation and Growth Specialists. The full technical specification for this procurement can be found in UKRI-1174 Specification and ITT documents.
Published: 11/02/2021 20:40

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://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Business-and-management-consultancy-services./G4TYNJ6E62
      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-1174 DESIGN FOR GROWTH SUPPORT PROGRAMME       
      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: UK Research and Innovation - Innovate UK (IUK) wishes to establish a Contract for the provision of UKRI-1174 Design for Growth Support Programme to support innovation led companies impacted by the Covid- 19 pandemic which will consist of two elements: a Design Coaching Service for UK SMEs and a programme of Design Awareness Training for IUK EDGE Innovation and Growth Specialists. The full technical specification for this procurement can be found in UKRI-1174 Specification and ITT documents.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      80521000 - Training programme services.
      
      II.2.3) Place of performance:
      UKK14 Swindon
      
      II.2.4) Description of procurement: UK Research and Innovation - Innovate UK (IUK) wishes to establish a Contract for the provision of UKRI-1174 Design for Growth Support Programme to support innovation led companies impacted by the Covid- 19 pandemic which will consist of two elements: a Design Coaching Service for UK SMEs and a programme of Design Awareness Training for IUK EDGE Innovation and Growth Specialists. The programme will have national outreach and form part of Innovate UK’s Covid-19 response business support package. The Design Coaching Service should equip participating businesses with the knowledge and capability to use design in a more valuable way within their organisations and particularly in response to challenges resulting from the Covid-19 pandemic. The aim of the accompanying Design Awareness Training programme is to ensure that our pool of Innovation and Growth Specialists are suitably equipped to identify and refer those candidate businesses who would most benefit from the Design Coaching Service.The full technical specification for this procurement can be found in UKRI-1174 Specification and ITT documents.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 80
                        
            Cost criterion - Name: Price / Weighting: 20
                              
      II.2.6) Estimated value:
      Value excluding VAT: 1,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 15/04/2021 / End: 31/03/2022       
      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:       Yes             
      Description of options: Contracting Authority will consider procuring additional supportive documentation and training programmes if deemed necessary to expand the programme within the given timescales.
      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: 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: 19/03/2021 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: 19/03/2021
         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 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://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Business-and-management-consultancy-services./G4TYNJ6E62

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/G4TYNJ6E62
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research and Innovation
       Polaris House, North Star Avenue, Swindon, United Kingdom
       Tel. +44 1793867000, Email: commercial@ukri.org
   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: 11/02/2021

Annex A


View any Notice Addenda


UK-Swindon: Business and management consultancy services.

UK-Swindon: Business and management consultancy services.

This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity

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

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: UKRI-1174 DESIGN FOR GROWTH SUPPORT PROGRAMME   
      Reference number: Not Provided   
   
   II.1.2) Main CPV code:
      79410000 - Business and management consultancy services.
       
   II.1.3) Type of contract: SERVICES

II.2) Description

   II.2.1) Title: Not Provided    
   Lot No: Not Provided    

   II.2.2) Additional CPV codes:
      80521000 - Training programme services.
       
   
   II.2.3) Place of performance:
      UK UNITED KINGDOM
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    Not Provided    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
               Start: 15/04/2021 / End: 31/03/2022       
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided          
   
   II.2.13) Information about European Union funds:
   The procurement is related to a project and/or programme financed by European Union funds: No    


Section IV: Procedure

IV.2) Administrative information
   
   IV.2.1) Contract award notice concerning this contract
   Notice number in OJ S: 2021/S 000 - 012366    

Section V: Award of contract/concession

Contract No: UKRI-1174   Lot No: Not Provided    Title: Design for Business Growth Programme
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 12/05/2021   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: No

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Fluxx Ltd, 07605422
          9 Marshalsea Rd, London, SE1 1EP, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 800,550   
   Currency: GBP

Section VI: Complementary Information

   VI.3) Additional Information:
      The Contracting Authority has added optional requirements to the contract.
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=617569901
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       UK Research and Innovation
       Polaris House, North Star Avenue, Swindon, United Kingdom
       Tel. +44 1793867000, Email: commercial@ukri.org
   
      V1.4.2) Body responsible for mediation procedures:
      Not Provided

      VI.4.3) Review procedure
         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: 16/08/2021
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      79410000 - Business and management consultancy services.
   

   VII.1.2) Additional CPV code(s)
      Not Provided

   VII.1.3) Place of performance:
      UK UNITED KINGDOM
       
   
   VII.1.4) Description of the procurement:
    The Contracting Authority has added optional requirements to the contract. This is an optional requirement, a software, to support the current UKRI-1174 Design for Business Growth Programme. This will help with design, development, deployment and operation of the programme.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
               Start: 15/05/2021 / End: 10/05/2022       
   
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided       .
   
   VII.1.6) Information on value of the contract/lot/concession
   Total value of the contract/lot/concession: 872,550   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: No
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          Fluxx Ltd, 07605422
          9 Marshalsea Rd, London, SE2 1EP, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    This is an optional requirement, a software, to support the current UKRI-1174 Design for Business Growth Programme. This will help with design, development, deployment and operation of the programme.    
   
   VII.2.2) Reasons for modification:
         Need for additional works, services or supplies by the original contractor/concessionaire (Art. 43(1)(b) of Directive 2014/23/EU, Art. 72(1)(b) of Directive 2014/24/EU, Art. 89(1)(b) of Directive 2014/25/EU)
   
   Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
    UKRI-Innovate UK has an additional requirement of software to support the current UKRI-1174 Design for Business Growth Programme. This will help with design, development, deployment and operation of dedicated website, and community platform, and will enable all aspects of interaction within the programme. Elements would also be open source and free to use for any UK business.       
   
   VII.2.3) Increase in price
   Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
   the case of Directive 2014/23/EU, average inflation in the Member State concerned)
   Value excluding VAT: 800,550   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 872,550    
   Currency: GBP
UK-Swindon: Business and management consultancy services.

UK-Swindon: Business and management consultancy services.

This notice is covered by: Directive 2014/24/EU
Section I: Contracting authority/entity

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

Section II: Object

II.1) Scope of the procurement
   
   II.1.1) Title: UKRI-1174 DESIGN FOR GROWTH SUPPORT PROGRAMME   
      Reference number: Not Provided   
   
   II.1.2) Main CPV code:
      79410000 - Business and management consultancy services.
       
   II.1.3) Type of contract: SERVICES

II.2) Description

   II.2.1) Title: Not Provided    
   Lot No: Not Provided    

   II.2.2) Additional CPV codes:
      80521000 - Training programme services.
       
   
   II.2.3) Place of performance:
      UK UNITED KINGDOM
       
   
   II.2.4) Description of the procurement at the time of conclusion of the contract:
    Not Provided    
   
   II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
               Start: 15/04/2021 / End: 31/03/2022       
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided          
   
   II.2.13) Information about European Union funds:
   The procurement is related to a project and/or programme financed by European Union funds: No    


Section IV: Procedure

IV.2) Administrative information
   
   IV.2.1) Contract award notice concerning this contract
   Notice number in OJ S: 2021/S 000 - 002864    

Section V: Award of contract/concession

Contract No: UKRI-1174   Lot No: Not Provided    Title: Design for Business Growth Programme
V.2) Award of contract/concession

   V.2.1) Date of conclusion of the contract/concession award decision: 12/05/2021   

   V.2.2) Information about tenders
   The contract has been awarded to a group of economic operators: No

   V.2.3) Name and address of the contractor/concessionaire, No. 1:
          Fluxx Ltd, 07605422
          9 Marshalsea Rd, London, SE1 1EP, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes    
   
   V.2.4) Information on value of the contract/lot/concession:
   Total value of the procurement: 1,200,800   
   Currency: GBP

Section VI: Complementary Information

   VI.3) Additional Information:
      This notice is for an extension to an existing awarded contract, with the original notice having been published on Find a Tender Service and linked to this notice. It does not constitute an award for a new contract.

This variation increases the value of the contract from £800,550, as originally published on Find a Tender Service, to £1,200,800. This variation is being made in accordance with Regulation 72(1)(b) of the Public Contract Regulations 2015.

This variation increases the duration of the contract from the original end date of 10/05/2022, as originally published on Find a Tender, to 31/08/2022.
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=693838400
   
   VI.4) Procedures for review
   
      VI.4.1) Review Body
       UK Research and Innovation
       Polaris House, North Star Avenue, Swindon, United Kingdom
       Tel. +44 1793867000, Email: commercial@ukri.org
   
      V1.4.2) Body responsible for mediation procedures:
      Not Provided

      VI.4.3) Review procedure
         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: 27/05/2022
   
Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

   VII.1.1) Main CPV code:
      80521000 - Training programme services.
   

   VII.1.2) Additional CPV code(s)
      Not Provided

   VII.1.3) Place of performance:
      UK UNITED KINGDOM
       
   
   VII.1.4) Description of the procurement:
    This notice is for an extension to an existing awarded contract, with the original notice having been published on Find a Tender Service and linked to this notice. This variation increases the value of the contract from £800,550, as originally published on Find a Tender Service, to £1,200,800; and original end date of 10/05/2022 to 31/08/2022. This variation is being made in accordance with Regulation 72 of the Public Contract Regulations 2015.    
   
   VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession:
               Start: 10/05/2021 / End: 31/08/2022       
   
      Directive 2014/24/EU - In the case of framework agreements, provide justification for any duration exceeding 4 years:
      Not Provided       .
   
   VII.1.6) Information on value of the contract/lot/concession
   Total value of the contract/lot/concession: 1,200,880   
   Currency: GBP    
   
   The contract has been awarded to a group of economic operators: No
   VII.1.7) Name and address of the contractor/concessionaire, No. 1:
          Fluxx Ltd, 07605422
          9 Marshalsea Rd, London, SE1 1EP, United Kingdom
          NUTS Code: UK
   The contractor/concessionaire is an SME: Yes

   
VII.2) Information about modifications

   VII.2.1) Description of the modifications:
    This notice is for an extension to an existing awarded contract, with the original notice having been published on Find a Tender Service and linked to this notice. This variation increases the value of the contract from £800,550, as originally published on Find a Tender Service, to £1,200,800; and original end date of 10/05/2022 to 31/08/2022. This variation is being made in accordance with Regulation 72 of the Public Contract Regulations 2015.    
   
   VII.2.2) Reasons for modification:
         Need for additional works, services or supplies by the original contractor/concessionaire (Art. 43(1)(b) of Directive 2014/23/EU, Art. 72(1)(b) of Directive 2014/24/EU, Art. 89(1)(b) of Directive 2014/25/EU)
   
   Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
    This notice is for an extension to an existing awarded contract, with the original notice having been published on Find a Tender Service and linked to this notice. This variation increases the value of the contract from £800,550, as originally published on Find a Tender Service, to £1,200,800; and original end date of 10/05/2022 to 31/08/2022. This variation is being made in accordance with Regulation 72 of the Public Contract Regulations 2015.       
   
   VII.2.3) Increase in price
   Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in
   the case of Directive 2014/23/EU, average inflation in the Member State concerned)
   Value excluding VAT: 800,550   
   Currency: GBP    
   
   Total contract value after the modifications:
   Value excluding VAT: 1,200,800    
   Currency: GBP

View Award Notice

UK-Swindon: Business and management consultancy services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       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.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-1174 DESIGN FOR GROWTH SUPPORT PROGRAMME            
      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: ****PLEASE NOTE THIS IS AN AWARD NOTICE, NOT A CALL FOR COMPETITION**** UK Research and Innovation - Innovate UK (IUK) wishes to establish a Contract for the provision of UKRI-1174 Design for Growth Support Programme to support innovation led companies impacted by the Covid- 19 pandemic which will consist of two elements: a Design Coaching Service for UK SMEs and a programme of Design Awareness Training for IUK EDGE Innovation and Growth Specialists. The full technical specification for this procurement can be found in UKRI-1174 Specification and ITT documents.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 800,550
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            80521000 - Training programme services.


      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: ****PLEASE NOTE THIS IS AN AWARD NOTICE, NOT A CALL FOR COMPETITION**** UK Research and Innovation - Innovate UK (IUK) wishes to establish a Contract for the provision of UKRI-1174 Design for Growth Support Programme to support innovation led companies impacted by the Covid- 19 pandemic which will consist of two elements: a Design Coaching Service for UK SMEs and a programme of Design Awareness Training for IUK EDGE Innovation and Growth Specialists. The programme will have national outreach and form part of Innovate UK’s Covid-19 response business support package. The Design Coaching Service should equip participating businesses with the knowledge and capability to use design in a more valuable way within their organisations and particularly in response to challenges resulting from the Covid-19 pandemic. The aim of the accompanying Design Awareness Training programme is to ensure that our pool of Innovation and Growth Specialists are suitably equipped to identify and refer those candidate businesses who would most benefit from the Design Coaching Service.The full technical specification for this procurement can be found in UKRI-1174 Specification and ITT documents.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 80
                  
      Cost criterion - Name: Price / Weighting: 20
            

      II.2.11) Information about options
         Options: Yes
         Description of these options:Contracting Authority will consider procuring additional supportive documentation and training programmes if deemed necessary to expand the programme within the given timescales.

      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: 2021/S 000-002864
      
   

   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: UKRI-1174    
   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: 12/05/2021

      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)
             Fluxx Ltd, 07605422
             9 Marshalsea Rd, London, SE1 1EP, United Kingdom
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 800,550
         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=594215328

   VI.4) Procedures for review

      VI.4.1) Review body
          UK Research and Innovation
          Polaris House, North Star Avenue, Swindon, United Kingdom
          Tel. +44 1793867000, Email: commercial@ukri.org

      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: 02/06/2021