Contract

(NU/1745-9) Business survey for National Innovation Centre for Rural Enterprise 2023

  • Newcastle University

F03: Contract award notice

Notice identifier: 2023/S 000-008280

Procurement identifier (OCID): ocds-h6vhtk-032064

Published 22 March 2023, 10:46am



Section one: Contracting authority

one.1) Name and addresses

Newcastle University

Newcastle University, Procurement Services, Kingsgate

Newcastle

NE1 7RU

Email

purchasing@ncl.ac.uk

Telephone

+44 1912086396

Country

United Kingdom

Region code

UKC - North East (England)

Internet address(es)

Main address

https://www.ncl.ac.uk

Buyer's address

https://www.ncl.ac.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

(NU/1745-9) Business survey for National Innovation Centre for Rural Enterprise 2023

Reference number

DN651163

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

One of NICRE’s key objectives is to connect with businesses in order to generate insight into the circumstances of rural enterprises. This business focussed objective is vital to providing an evidence base for policy and support services for rural enterprise, and also to informing NICRE’s business engagement and development plans. At the heart of this objective is NICRE’s business survey.

NICRE has a requirement to conduct a telephone survey of businesses operating in three specific regions in the UK (the West-Midlands, South-West and North-East). The survey will focus on aspects of business resilience and planning for both internal and external threats. Interviews will last around 20 minutes and should be conducted with a member of the senior management team of each organisation. Survey coverage should be broadly representative of the business population and sufficient to allow for (sub-regional) spatial, sectoral and firm size analysis. We require that the survey include non-farming and farm businesses and we propose to over-sample farm businesses and those located in rural areas. We therefore envisage a sampling structure which covers size, sector and rural/urban location within each of the three target regions

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £100,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 80530000 - Vocational training services
  • 66121000 - Mergers and acquisition services
  • 71241000 - Feasibility study, advisory service, analysis
  • 72221000 - Business analysis consultancy services
  • 66519600 - Actuarial services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)

two.2.4) Description of the procurement

One of NICRE’s key objectives is to connect with businesses in order to generate insight into the circumstances of rural enterprises. This business focussed objective is vital to providing an evidence base for policy and support services for rural enterprise, and also to informing NICRE’s business engagement and development plans. At the heart of this objective is NICRE’s business survey.

NICRE has a requirement to conduct a telephone survey of businesses operating in three specific regions in the UK (the West-Midlands, South-West and North-East). The survey will focus on aspects of business resilience and planning for both internal and external threats. Interviews will last around 20 minutes and should be conducted with a member of the senior management team of each organisation. Survey coverage should be broadly representative of the business population and sufficient to allow for (sub-regional) spatial, sectoral and firm size analysis. We require that the survey include non-farming and farm businesses and we propose to over-sample farm businesses and those located in rural areas. We therefore envisage a sampling structure which covers size, sector and rural/urban location within each of the three target regions

two.2.5) Award criteria

Quality criterion - Name: Ability to meet the timeline / Weighting: Pass/Fail

Quality criterion - Name: Quality: Ability to meet the Requirements / Weighting: 60%

Price - Weighting: 40%

two.2.11) Information about options

Options: Yes

Description of options

The contract may be extended for a further 6 month period from 1st December 2023 to the 31st May 2024.

The University may extend the contract to cover additional regions to expand the survey coverage at the cost supplier by OMB Research of £64,819 excluding VAT per additional region (1,200 interviews)

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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: 2022/S 000-006602


Section five. Award of contract

Contract No

(NU/1745-9)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

16 March 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

OMB Research

East Malling, Kent

ME19 6DZ

Country

United Kingdom

NUTS code
  • UKC - North East (England)
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Lowest offer: £178,140 / Highest offer: £307,778 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Newcastle University

Kings Gate

Tyne and Wear

NE1 7RU

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Newcastle University

Kings Gate

Tyne and Wear

NE1 7RU

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the

award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.

The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland) within 30 days of knowledge or constructive knowledge of breach.