Section one: Contracting authority
one.1) Name and addresses
UK Research and Innovation (UKRI) – Innovate UK
Polaris House
Swindon
SN2 1LF
professionalservices@uksbs.co.uk
Country
United Kingdom
Region code
UKK14 - Swindon
Internet address(es)
Main address
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://beisgroup.ukp.app.jaggaer.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://beisgroup.ukp.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PS22482 - The provision of an independent national body to deliver the vision of the national electrification skills framework and forum - RFP
Reference number
PS22482
two.1.2) Main CPV code
- 79400000 - Business and management consultancy and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The final date and time for the submission of bids is Friday 31st March 2023 at 11:00
DO NOT apply directly to the buyer.
All tender information MUST be submitted through the Jaggaer eSourcing Portal.
Brief Description of Requirement
Innovate UK, part of UK Research and Innovation, seeks to fund an independent national body to administer and govern the vision for a NESFF as set out in the report. To date the NESFF has been led by WMG. Now we are seeking to fund dedicated resource to support the continued development and, most importantly, the implementation of NESFF. This intervention is needed to ensure that sufficient resource is allocated to enable the UK to continue to develop and deliver the vision of NESFF. The reason for this intervention is to therefore provide the dedicated, independent resource to deliver the vision for NESFF, which would not be possible otherwise as there is currently no solely dedicated resource to lead this activity.
The role of this funded body will be to ensure that the main stakeholders are brought together to support the most pressing electrification skills needs. Battery and power electronics, machines and drives (PEMD) manufacturing must be included in this initially funded period (other electrification technology areas may form part of the work but battery and PEMD manufacturing must be addressed). The independent national body will ensure that main stakeholders are engaged through the forum aspect. The framework aspect will involve continual horizon scanning and stakeholder engagement to identify areas of priority across all relevant technologies and sectors (manufacturing of batteries, power electronics, machines and drives for transport applications must be included) and develop the workforce development framework to enable these technologies to be delivered.
Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal.
This contract will be awarded based on the evaluation criteria as set out in the RFP document.
How to Apply
UK Shared Business Services Ltd (UK SBS) will be using the Jaggaer eSourcing Portal for this procurement.
To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.
If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.
Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number PS22482.
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Rationale for the intervention
Innovate UK, part of UK Research and Innovation, seeks to fund an independent national body to administer and govern the vision for a NESFF as set out in the report. To date the NESFF has been led by WMG. Now we are seeking to fund dedicated resource to support the continued development and, most importantly, the implementation of NESFF. This intervention is needed to ensure that sufficient resource is allocated to enable the UK to continue to develop and deliver the vision of NESFF. The reason for this intervention is to therefore provide the dedicated, independent resource to deliver the vision for NESFF, which would not be possible otherwise as there is currently no solely dedicated resource to lead this activity.
The role of this funded body will be to ensure that the main stakeholders are brought together to support the most pressing electrification skills needs. Battery and power electronics, machines and drives (PEMD) manufacturing must be included in this initially funded period (other electrification technology areas may form part of the work but battery and PEMD manufacturing must be addressed). The independent national body will ensure that main stakeholders are engaged through the forum aspect. The framework aspect will involve continual horizon scanning and stakeholder engagement to identify areas of priority across all relevant technologies and sectors (manufacturing of batteries, power electronics, machines and drives for transport applications must be included) and develop the workforce development framework to enable these technologies to be delivered.
The independent national body (the “INB”) will champion the need for electrification workforce development programmes across all skills level. The current training provision at all levels and career stages is insufficient to support incumbent electrification technologies. In line with this the INB will also champion the need to expand the talent pool and encourage greater inclusion and diversity to enable the UK to resource its net zero ambitions.
Aim of the initiative
Innovate UK seeks to fund a single organisation or consortium of organisations to lead the administrative, management and governance function of the National Electrification Skills Framework and Forum (National-Electrification-Skills-Forum-Brochure-FINAL.pdf (catapult.org.uk)) and effectively own what is currently the “NESFF” initiative.
The vision for the National Electrification Skills Framework and Forum is to enable the transition to electrification through a coordinated approach to workforce development.
The aim of this intervention is to create an independent body that can lead the NESFF initiative and facilitate a coordinated approach to workforce development.
Objectives of the independent national body
The INB will deliver against the national framework, with the following objectives:
1. National Electrification Skills Framework and Forum is a long-term functioning and operational body
2. NESFF is recognised as the leader of the national electrification skills agenda
3. Stakeholders are united behind the common NESFF vision
4. The common NESFF vision is implemented
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
25 April 2023
End date
31 March 2025
This contract is subject to renewal
No
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
31 March 2023
Local time
10:00am
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
31 March 2023
Local time
11:00am
Place
Electronically
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
DO NOT APPLY DIRECTLY TO BUYER
All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.
Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.
As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.
Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
The Contracting Authority expressly reserves the right:
i. not to award any contract as a result of the procurement process commenced by publication of this notice; and
ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.
About UK Shared Business Services
UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.
Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority.
Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.
For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx
six.4) Procedures for review
six.4.1) Review body
UK Shared Business Services Ltd
Polaris House
Swindon
SN2 1FF
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
UK Shared Business Services Ltd
Polaris House
Swindon
SN2 1FF
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
UK Shared Business Services Ltd
Polaris House
Swindon
SN2 1FF
Country
United Kingdom