Section one: Contracting authority
one.1) Name and addresses
UK Research and Innovation (UKRI)
Polaris House
Swindon
SN2 1FF
Contact
Professional Services
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
PS22408 - Mobilising Local Net Zero Investments - Diverse Solutions for Diverse Places - RFP
Reference number
PS22290
two.1.2) Main CPV code
- 79310000 - Market research services
two.1.3) Type of contract
Services
two.1.4) Short description
UK Shared Business Services (UK SBS), on behalf of the UK Research and Innovation (UKRI), wishes to establish a Contract for the provision: Mobilising Local Net Zero Investments - Diverse Solutions for Diverse Places
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 aim of this research is to explore to what extent local authorities outside of core cities and combined authorities could pursue an accelerated pathway to securing finance for their net zero projects while large scale solutions are in development.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79310000 - Market research services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The aim of this research is to explore to what extent local authorities outside of core cities and combined authorities could pursue an accelerated pathway to securing finance for their net zero projects while large scale solutions are in development.
The objectives are:
• To understand the needs of local authorities outside of CC’s and CA’s when it comes to the development and financial structuring of their cross-sector net zero portfolios via PFER’s portfolio of SLES projects
• Assess whether, and to what extent, these needs differ to those of CC’s and CA’s and if so, what financial solutions, support and innovation may be required to ensure they have adequate access to finance for their net zero projects
• Build on the SLES investor panel work to understand
o what kind of financial framework/structuring could prevent investor cherry-picking and enable whole-system value to be achieved
o what level of project standardisation is required/possible to achieve strong levels of investability across a place-based portfolio using SLES as an example
• Identify suitable funding models and assess whether they lend themselves to a particular set of either place-based or project characteristics that might allow the development of a more diverse set of (archetypal) local net zero funding solutions
• Better understand potential market failures around financing place-based net zero projects which could be addressed by future programmes
• Support and inform emerging solutions under development by BEIS, 3Ci and UKIB
• Provide direct support to PFER projects in enhancing their understanding of optimum ways to finance their SLES
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 PS22408.
two.2.5) Award criteria
Quality criterion - Name: PROJ1.1 - Approach / Weighting: 30
Quality criterion - Name: PROJ1.2 - Staff to Deliver / Weighting: 20
Quality criterion - Name: PROJ1.3 - Understanding the Project Environment / Weighting: 20
Quality criterion - Name: PROJ1.4 - Project Plan and Timescales / Weighting: 10
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
4 January 2023
End date
31 May 2023
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Selection criteria as stated in the procurement documents
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
12 December 2022
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
12 December 2022
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
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
Polaris House
Swindon
SN2 1FF
Country
United Kingdom
Internet address
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