Opportunity

Consultant for Digital Dairy Chain in Cumbria

  • University of Strathclyde

F02: Contract notice

Notice reference: 2024/S 000-003554

Published 2 February 2024, 2:24pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1QE

Contact

Amy Irvine

Email

amy.irvine@strath.ac.uk

Telephone

+44 7811592949

Country

United Kingdom

NUTS code

UKD1 - Cumbria

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Consultant for Digital Dairy Chain in Cumbria

Reference number

UOS-30410-2023

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Digital Dairy Chain is looking for a supplier to drive industry engagement and support businesses from across the Cumbria region to access funding , knowledge, research and development facilities and expertise from Strathclyde University, University of West of Scotland and SRUC with the aim of increasing industrial engagement in research and development activity.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UKD1 - Cumbria
Main site or place of performance

Cumbria

two.2.4) Description of the procurement

The Digital Dairy Chain is seeking the services of a single supplier to be delivered in the Cumbrian Region and drive industry engagement and support businesses from across the Cumbria region to access funding, knowledge, research and development facilities and expertise from Strathclyde University, University of West of Scotland and SRUC with the aim of increasing industrial engagement in R&D activity. A key focus of the work required will be to facilitate cross-over between the technology and dairy sectors. Innovation vouchers will be used to support this initiative and drive industry co-investment in R&D activity. The supplier will required to understand the challenges within the dairy sector and present those challenges collaboratively, with one of the academic partners, as an opportunity for an Innovation Voucher application to the DDC Innovation Voucher panel which meets on a quarterly basis.

Experience of working with the SME community in Cumbria is essential as is knowledge of other funding opportunities within the sector.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £200,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

The contracting authority exercises the right to extend this contract by a further up to 12-months. The extension will be utilised at the sole discretion of the contracting authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

List and brief description of selection criteria:

4B1.1

4B.5.1 – 4B.5.3

Minimum level(s) of standards possibly required

4B1.2 Bidders are required to have an Average yearly turnover of a minimum of 100,000.00 GBP for the last 2 years.

4B.5.1 – 4B.5.3 It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below

Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP

Public and Product Liability Insurance = 5,000,000 GBP

Professional Risk Indemnity Insurance = 2,000,000 GBP

In respect of any one incident and unlimited as to number of claims, and adequate insurances covering all the Contractor's other liabilities in terms of the Contract

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2

Minimum level(s) of standards possibly required

4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in par II.2.4 of the Contract Notice or the relevant section of the Site Notice.

Please provide two (2) examples of experience of supply and delivery of the offered solution as detailed within the specification over the last three (3) years.

This will be scored as detailed in the Invitation to Tender document.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-033463

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 March 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

4 March 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25938. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Please see ITT for information on Community Benefits.

(SC Ref:756747)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom