Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Telephone
+44 1793867000
Country
United Kingdom
Region code
UKK14 - Swindon
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ukri.delta-esourcing.com
Additional information can be obtained from the above-mentioned address
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
UKRI-3929 UK-Norway Green Shipping Corridors Pre-feasibility Study
two.1.2) Main CPV code
- 79410000 - Business and management consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Innovate UK part of United Kingdom Research and Innovation (UKRI), in partnership with the UK Department for Transport and the Norwegian Maritime Authority, is looking to appoint a supplier to conduct a pre-feasibility study investigating Green Corridor routes between the UK and Norway.
two.1.5) Estimated total value
Value excluding VAT: £250,000
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
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Innovate UK part of United Kingdom Research and Innovation (UKRI), in partnership with the UK Department for Transport and the Norwegian Ministry of Climate and Environment, will fund one pre-feasibility study investigating Green Corridor routes between the UK and Norway.
The pre-feasibility study will inform future national and international policy and research decisions and the results will be used by UK and Norway government, industry and academia.
A Green Shipping Corridor is a maritime route, between two or more ports, on which scalable zero emission (well-to-wake) vessels are demonstrated and supported. This involves sourcing or production of scalable zero greenhouse gas (GHG) emission fuel or energy and arrangements for its transportation and distribution, putting in place storage and refuelling or recharging infrastructure in port, securing any electrical grid infrastructure, and deploying zero GHG emission capable vessels to operationally demonstrate zero-emission shipping on a given route. Corridors must, therefore, be a collaboration across the full shipping value chain.
The supplier will be required to:
A.Engage with UK and Norwegian organisations which includes identification, engagement and full buy in from all Green Corridor stakeholders. Stakeholders include (but are not limited to) ports, vessel owners / operators, supply chains, industry associations and government organisations.
B.Include a Norwegian stakeholder or cooperating partner with expertise and networks in the Norwegian maritime sector.
C.Collect and analyse the data and evidence provided by Green Corridor stakeholders. Analysis must stand up to scrutiny and be performed from a position of scientific validity.
D.Produce a comprehensive report on the environmental, technology, commercial, economic and regulatory (vessel and port) findings from the analysis.
E.Provide a comprehensive analysis of at least three case study Green Corridor routes between the UK and Norway and produce a detailed roadmap that shows how to achieve demonstrations of these routes.
F.Report periodically on the progress of the pre-feasibility study. Reporting requirements will be agreed with Innovate UK and DfT with Norwegian governmental organisations providing consent for tailored public releases.
The supplier will be required to conduct a comprehensive review of current and future routes between the two countries. This pre-feasibility study will commence in October 2024 and conclude in March 2025.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 90
Cost criterion - Name: Price / Weighting: 10
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
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
two.2.14) Additional information
To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/35388P3S5P
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
5 August 2024
Local time
11:00am
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
5 August 2024
Local time
11:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/35388P3S5P
GO Reference: GO-2024611-PRO-26552242
six.4) Procedures for review
six.4.1) Review body
United Kingdom Research & Innovation
Swindon
SN2 1FL
Country
United Kingdom