Opportunity

1800000.0

  • Department for Energy Security & Net Zero

F02: Contract notice

Notice reference: 2024/S 000-009104

Published 20 March 2024, 7:18pm



Section one: Contracting authority

one.1) Name and addresses

Department for Energy Security & Net Zero

3-8 Whitehall Place

London

SW1A 2EG

Contact

Kerry Hart

Email

ProfessionalServices@UKSBS.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.uksbs.co.uk

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

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

1800000.0

Reference number

PS24030

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 final date and time for the submission of bids is Wednesday 1st May 2024 at 11:00hrs GMT.

DO NOT apply directly to the buyer.

All tender information MUST be submitted through the Jaggaer eSourcing Portal.

Framework Overview

UKSBS on behalf of the Department for Energy Security and Net Zero (DESNZ) (the Contracting Authority) wishes to establish a framework to procure the Energy and Net Zero Behavioural Science Framework. This Framework will replace the current Energy and Climate Change Behavioural Science Framework.

The current Framework agreement acts as a mechanism for colleagues working across the Department for Energy Security and Net Zero (DESNZ) to commission small-scale behavioural science research in the energy and net zero space at pace. It has proved very useful thus far; since launching in August 2022, we have already commissioned 15 projects through it for a range of teams across DESNZ and we anticipate this high level of interest to continue.

Due to popular demand, the current framework is set to shortly meet its maximum spend and so we are reprocuring to avoid a period without this mechanism in place.

UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the “Regulations”).

The award of this Framework will be based on 3 Lots:

Lot 1 – Applying innovative behavioural thinking to a policy problem.

Lot 2 – Policy development and testing with the general population.

Lot 3 – Policy development and testing with complex samples.

This Framework will be made accessible for the Department for Energy Security and Net Zero (DESNZ) (The Contracting Authority) and it is intended that 3 Suppliers will be appointed for each of the Lots detailed above.

Potential bidders / consortia are invited to tender for one or more Lots on an individual basis.

The Framework duration shall be for a maximum period of 5 years.

The Framework is expected to run from June 2024 until 31st June 2027. However, the Contracting Authority will be implementing a break clause within the Framework, placed at the end of June 2028 and June 2029. The break clause will enable the Contracting Authority to ensure that Government priorities and budget availability are still aligned. Therefore, this Framework is being let on a 3, +1, +1 basis.

The break clauses must be formally instructed by the Contracting Authority prior to moving into the next year of the Framework Agreement.

The Framework will have a maximum value cap of £1,800,000.00 across the full potential duration.

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 ITT_1457.

two.1.5) Estimated total value

Value excluding VAT: £1,800,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 – Applying innovative behavioural thinking to a policy problem.

Lot No

1

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1: Applying innovative behavioural thinking to a policy problem.

Energy & Net Zero policy often faces new difficult problems which require original perspectives. These might be knotty complex problems and cut across a range of policy areas which would benefit from joined up thinking and taking a wide perspective. It may also be useful to further understand the behavioural processes or unintended consequences which affect green choices (e.g. social identity, co-benefits).

Projects like this would require thinking innovatively and challenging existing thinking or approaches. This might involve approaches such as: applying behavioural models, evidence and techniques in new ways; drawing from other fields to inform behavioural problems; or bringing new theoretical or methodological perspectives to the issue. Example projects could be drawing on historical or international trends to outline potential behavioural impacts of future events; anticipating any behavioural spillover effects of green choices; and understanding the impact of uncertainty relating to future Net Zero policies on green choices.

We would generally not expect these projects to involve primary research. Instead, they may include workshops (generally online or in person) and/or reviewing the literature to provide a behavioural perspective. Ideally, they should bring together a range of experts (e.g. from academia) to work on these problems innovatively and progress our thinking.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Framework is expected to run from June 2024 until 31st June 2027. The Contracting Authority will be implementing a break clause within the Framework, placed at the end of June 2028 and June 2029. The break clause will enable the Contracting Authority to ensure that Government priorities and budget availability are still aligned. Therefore, this Framework is being let on a 3, +1, +1 basis.

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

two.2) Description

two.2.1) Title

Lot 2 – Policy development and testing with the general population.

Lot No

2

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2: Policy development and testing with the general population.

This lot includes two requirements: (a) understanding end users to inform policy development and (b) testing the impact of policy proposals.

For (a), research will focus on policy areas in early stages of development which require further understanding and engaging the general population. This will require translating problems into behavioural terms, conducting primary and/or secondary research and applying behavioural analysis to the findings (e.g. barriers analysis, consumer journey mapping, solution generation). This could include qualitative research, quantitative research, or mixed methods. This should be able to cover owner occupiers and tenants across a range of ages, environmental views and heating types. Note that projects may require additional small components with other samples too (e.g. stakeholder interviews). We would expect these projects to draw on the findings to present a range of behavioural solutions to the issues raised to help inform the design and delivery of policy.

For (b), research will focus on policy areas in later stages of development that might need to test policy proposals or behavioural interventions to identify their potential impact at scale. This could include trialling different communication and implementation techniques or experiments to test the impact of different policy ideas against each other. This will likely require experimental methods or qualitative / user testing if experimental methods are inappropriate. Experimental research might involve randomised controlled trials and/or quasi-experimental methods, although they may have to be conducted online given the rapid nature of the framework. We may also ask the supplier to provide expert behavioural review of policy proposals or provide expert advice such as developing methodologies to support testing of behavioural interventions.

For quantitative research (both surveys and experiments), suppliers should be able to draw on random probability samples, which are the default requirement for projects. Alternatives such as adding questions to omnibus surveys and quota samples will occasionally be considered where appropriate for individual projects. We ask that bidders detail their sampling approaches in their application, including detailed information on panels and their risk of bias.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Framework is expected to run from June 2024 until 31st June 2027. The Contracting Authority will be implementing a break clause within the Framework, placed at the end of June 2028 and June 2029. The break clause will enable the Contracting Authority to ensure that Government priorities and budget availability are still aligned. Therefore, this Framework is being let on a 3, +1, +1 basis.

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

two.2) Description

two.2.1) Title

Lot 3 – Policy development and testing with complex samples.

Lot No

3

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3: Policy development and testing with complex samples.

This lot includes the same two requirements as Lot 2: (a) understanding end users to inform policy development and (b) testing the impact of policy proposals, but specifically focuses on complex and hard to reach samples.

For (a), the research will focus on policy areas in early stages of development which require further understanding and engaging with complex and hard to reach groups. This will require translating problems into behavioural terms, conducting primary and/or secondary research and applying behavioural analysis to the findings (e.g. barriers analysis, consumer journey mapping, solution generation). This could include qualitative research, quantitative research, or mixed methods. We expect suppliers to be able to sample from a range of groups, including SMEs, large businesses, installers, private landlords, and owner occupiers and tenants who are harder to reach (e.g. individuals with disabilities, digitally excluded). This would include being able to work with sampling frames provided by the Contracting Authority and the ability to contact match and address match.

For (b), the research will focus on policy areas in later stages of development that might need to test policy proposals or behavioural interventions to identify their potential impact at scale. This could include trialling different communication and implementation techniques or experiments to test the impact of different policy ideas against each other. This will likely require experimental methods or qualitative / user testing if experimental methods are inappropriate or difficult given sampling requirements. Experimental research might involve randomised controlled trials and/or quasi-experimental methods, although they may have to be conducted online given the rapid nature of the framework. This could also involve providing expert behavioural review of policy proposals or providing expert advice such as developing methodologies to support testing of behavioural interventions.

For quantitative research (both surveys and experiments), suppliers should be able to draw on random probability samples, which are the default requirement for projects. Alternatives such as adding questions to omnibus surveys and quota samples will occasionally be considered where appropriate for individual projects. We ask that bidders detail their sampling approaches in their application, including detailed information on panels and their risk of bias.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

The Framework is expected to run from June 2024 until 31st June 2027. The Contracting Authority will be implementing a break clause within the Framework, placed at the end of June 2028 and June 2029. The break clause will enable the Contracting Authority to ensure that Government priorities and budget availability are still aligned. Therefore, this Framework is being let on a 3, +1, +1 basis.

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 9

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Year 5 of this Framework is an optional extension which may not be utilised. If Year 5 is invoked, this will be to allow the Contracting Authority to retender these services.

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: 2024/S 000-006301

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

Date

1 May 2024

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

1 May 2024

Local time

11:00am

Place

Electronically


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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.

six.4) Procedures for review

six.4.1) Review body

UK Shared Business Services Ltd

Polaris House, North Star Avenue

Swindon

SN2 1FF

Email

ProfessionalServices@UKSBS.co.uk

Country

United Kingdom

Internet address

www.uksbs.co.uk

six.4.2) Body responsible for mediation procedures

UK Shared Business Services Ltd

Polaris House, North Star Avenue

Swindon

SN2 1FF

Email

ProfessionalServices@UKSBS.co.uk

Country

United Kingdom