Tender

DDaT22549-Environmental Management Cloud Software Solution

  • UK Research and Innovation

F02: Contract notice

Notice identifier: 2023/S 000-025907

Procurement identifier (OCID): ocds-h6vhtk-03f946

Published 1 September 2023, 4:31pm



Section one: Contracting authority

one.1) Name and addresses

UK Research and Innovation

Polaris House,North Star Avenue

SWINDON

SN21FL

Email

ddatprocurement@uksbs.co.uk

Country

United Kingdom

Region code

UKK14 - Swindon

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.ukri.org

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/

one.4) Type of the contracting authority

Other type

NON-DEPARTMENTAL PUBLIC BODY

one.5) Main activity

Other activity

Research and Innovation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DDaT22549-Environmental Management Cloud Software Solution

Reference number

DDaT22549

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The final date and time for the submission of bids is Friday 6th October 2023 at 14:00pm

DO NOT apply directly to the buyer.

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

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 DDaT22549

Purpose

The purpose of this tender exercise is to secure a high calibre environmental software solution that will enable UKRI to:

• Undertake effective data management and reporting of our historical and current carbon emissions

• Undertake effective data management and reporting of wider environmental sustainability impacts as stipulated in the GGC reporting framework (as supplied under Annex C)

• Forecast and track UKRI's potential future carbon emissions to 2040 using estimated data generated by UKRI

• Undertake 'What If' scenario analysis of UKRI's future carbon emissions using estimated data generated by UKRI to assess a range of possible carbon reduction scenarios to 2040.

Aims

UKRI intends to use the software & services provided to support a range of our strategic and operational environmental performance requirements, including:

• For carbon accounting and reporting based on data from our historical and current operations

• To generate future emissions forecasts using estimated data generated by UKRI from proposed future interventions into our existing operations and new infrastructure investments

• To generate 'What If' future scenarios and analysis through future scenarios using estimated data generated by UKRI from alternative options for delivering proposed future interventions into our existing operations and new infrastructure investments

• To use the range of emissions scenarios and forecasts generated by the platform as the evidence base to inform future net zero investment planning and decision-making

• To regularly review and report on emissions by Centre/Institute, Research Council, and UKRI (the 'Users')

• To conduct business analysis and future trend analysis by integrating our financial and carbon emissions data

• To enable continuous improvement in the quality of UKRI data sources (and compatibility from our contractors and service Suppliers) to drive increasingly robust emissions data

• To ensure UKRI's carbon reduction planning, accounting, and reporting is aligned with UK Government and global best practice, including the GHG Protocol and Science Based Targets initiative (SBTi) for example

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Purpose

The purpose of this tender exercise is to secure a high calibre environmental software solution that will enable UKRI to:

• Undertake effective data management and reporting of our historical and current carbon emissions

• Undertake effective data management and reporting of wider environmental sustainability impacts as stipulated in the GGC reporting framework (as supplied under Annex C)

• Forecast and track UKRI's potential future carbon emissions to 2040 using estimated data generated by UKRI

• Undertake 'What If' scenario analysis of UKRI's future carbon emissions using estimated data generated by UKRI to assess a range of possible carbon reduction scenarios to 2040.

Aims

UKRI intends to use the software & services provided to support a range of our strategic and operational environmental performance requirements, including:

• For carbon accounting and reporting based on data from our historical and current operations

• To generate future emissions forecasts using estimated data generated by UKRI from proposed future interventions into our existing operations and new infrastructure investments

• To generate 'What If' future scenarios and analysis through future scenarios using estimated data generated by UKRI from alternative options for delivering proposed future interventions into our existing operations and new infrastructure investments

• To use the range of emissions scenarios and forecasts generated by the platform as the evidence base to inform future net zero investment planning and decision-making

• To regularly review and report on emissions by Centre/Institute, Research Council, and UKRI (the 'Users')

• To conduct business analysis and future trend analysis by integrating our financial and carbon emissions data

• To enable continuous improvement in the quality of UKRI data sources (and compatibility from our contractors and service Suppliers) to drive increasingly robust emissions data

• To ensure UKRI's carbon reduction planning, accounting, and reporting is aligned with UK Government and global best practice, including the GHG Protocol and Science Based Targets initiative (SBTi) for example.

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

36

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


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

6 October 2023

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

6 October 2023

Local time

2:01pm


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

Swindon

SN12FF

Email

Policy@uksbs.co.uk

Country

United Kingdom