UK Research & Innovation: UKRI-1901 Success features of the Prosperity Partnerships activity

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

Notice Summary
Title: UKRI-1901 Success features of the Prosperity Partnerships activity
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: The UKRI through its constituent council Engineering and Physical Sciences Research Council (EPSRC) wishes to commission a study to demonstrate the impact and success of the Prosperity Partnership (PP) activity since its inception in 2017/18. 1.1.1.This will include: •the development of a report of the effectiveness of the PP activity, •a detailed report on the PP impact and successes to date, •a minimum of 15 high-quality case studies and impact stories. The budget for this requirement is up to £120,000 (maximum) ex VAT, The duration of the contract is six months and the final study is required by 1st February.
Published: 12/04/2022 16:03

View Full Notice

UK-Swindon: Evaluation 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: https://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:-Evaluation-consultancy-services./63HR2SZ7XU
      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:-Research-and-development-services-and-related-consultancy-services./97J6D7FE84 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-1901 Success features of the Prosperity Partnerships activity       
      Reference Number: UKRI-1901 Success features of the Prosperity Partnerships activity
      II.1.2) Main CPV Code:
      79419000 - Evaluation consultancy services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The UKRI through its constituent council Engineering and Physical Sciences Research Council (EPSRC) wishes to commission a study to demonstrate the impact and success of the Prosperity Partnership (PP) activity since its inception in 2017/18.
1.1.1.This will include:
•the development of a report of the effectiveness of the PP activity,
•a detailed report on the PP impact and successes to date,
•a minimum of 15 high-quality case studies and impact stories.

The budget for this requirement is up to £120,000 (maximum) ex VAT, The duration of the contract is six months and the final study is required by 1st February.       
      II.1.5) Estimated total value:
      Value excluding VAT: 120,000       
      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:
      UKK14 Swindon
      
      II.2.4) Description of procurement: The UKRI through its constituent council EPSRC wishes to commission a study to demonstrate the impact and success of the Prosperity Partnership (PP) activity since its inception in 2017/18.
1.1.1.This will include:
•the development of a report of the effectiveness of the PP activity,
•a detailed report on the PP impact and successes to date,
•a minimum of 15 high-quality case studies and impact stories.

ii. The impact stories will encompass within specific scientific remits including:
1. Physical and Mathematical Sciences,
2. Engineering and Technology,
3. Future Computing Paradigms,
4. Net Zero and Decarbonisation,
5. AI, Digitisation and Data,
6. Health and Healthcare Technology)

and industrial sectors including:

1. Aerospace & Automotive,
2. Construction & Infrastructure inc. Transport,
3. Consumer Goods,
4. Defence,
5. Digital, Technology and Computer Services,
6. Energy,
7. Life Sciences,
8. Manufacturing) that the PP are operating in.


The budget for this requirement is up to £120,000 (maximum) ex VAT, The duration of the contract will be six months and the final study is required by 1st February.
      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: 120,000       
      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: 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: 31/05/2022 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: 31/05/2022
         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: 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:-Evaluation-consultancy-services./63HR2SZ7XU

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/63HR2SZ7XU
   VI.4) Procedures for review
   VI.4.1) Review body:
             United Kingdom Research and Innovation
       Polaris House, Swindon, SN2 1ff, 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: 12/04/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Swindon: Evaluation 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: https://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-1901 Success Features of the Prosperity Partnerships Activity            
      Reference number: UKRI-1901

      II.1.2) Main CPV code:
         79419000 - Evaluation consultancy services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Contract Award Notice for UKRI-1901 Success Features of the Prosperity Partnerships Activity. The UKRI through its constituent council Engineering and Physical Sciences Research Council (EPSRC) wishes to commission a study to demonstrate the impact and success of the Prosperity Partnership (PP) activity since its inception in 2017/18.
1.1.1.This will include:
•the development of a report of the effectiveness of the PP activity,
•a detailed report on the PP impact and successes to date,
•a minimum of 15 high-quality case studies and impact stories.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 119,250
                  
         Currency:GBP            

   II.2) Description

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

      II.2.3) Place of performance
      Nuts code:
      UKK14 - Swindon
      UKJ22 - East Sussex CC
   
      Main site or place of performance:
      Swindon
      East Sussex CC
             

      II.2.4) Description of the procurement: Contract Award Notice for UKRI-1901 Success Features of the Prosperity Partnerships Activity. The UKRI through its constituent council EPSRC wishes to commission a study to demonstrate the impact and success of the Prosperity Partnership (PP) activity since its inception in 2017/18.
1.1.1.This will include:
•the development of a report of the effectiveness of the PP activity,
•a detailed report on the PP impact and successes to date,
•a minimum of 15 high-quality case studies and impact stories.

ii. The impact stories will encompass within specific scientific remits including:
1. Physical and Mathematical Sciences,
2. Engineering and Technology,
3. Future Computing Paradigms,
4. Net Zero and Decarbonisation,
5. AI, Digitisation and Data,
6. Health and Healthcare Technology)

and industrial sectors including:

1. Aerospace & Automotive,
2. Construction & Infrastructure inc. Transport,
3. Consumer Goods,
4. Defence,
5. Digital, Technology and Computer Services,
6. Energy,
7. Life Sciences,
8. Manufacturing) that the PP are operating in.

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

      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: 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/


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 000-009792
      
   

   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-1901    
   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: 25/08/2022

      V.2.2) Information about tenders
         Number of tenders received: 7
         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)
             Technopolis Limited, 02354937
             3 Pavilion Buildings, Brighton, BN1 1EE, United Kingdom
             NUTS Code: UKJ22
            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: Not Provided          
         Total value of the contract/lot: 119,250
         Currency: GBP

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

   VI.3) Additional information: 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=716992432

   VI.4) Procedures for review

      VI.4.1) Review body
          United Kingdom Research and Innovation
          Polaris House, Swindon, SN2 1FL, United Kingdom
          Tel. +44 1793867000, Email: Commercial@ukri.org
          Internet address: https://www.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: 26/08/2022