Contract

UKRI-3929 UK-Norway Green Shipping Corridors Pre-feasibility Study

  • UK Research & Innovation

F03: Contract award notice

Notice identifier: 2024/S 000-039340

Procurement identifier (OCID): ocds-h6vhtk-046f25

Published 5 December 2024, 7:05pm



Section one: Contracting authority

one.1) Name and addresses

UK Research & Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

corporateprocurement@ukri.org

Telephone

+44 1793867000

Country

United Kingdom

Region code

UKK14 - Swindon

Internet address(es)

Main address

www.ukri.org

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, iis awarding a contract for a pre-feasibility study investigating Green Corridor routes between the UK and Norway.

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: £249,766

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.2.11) 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.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-018060


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 October 2024

five.2.2) Information about tenders

Number of tenders received: 8

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

five.2.3) Name and address of the contractor

Ricardo Aea Ltd

Shoreham Technical Centre

West Sussex,

Country

United Kingdom

NUTS code
  • UKJ27 - West Sussex (South West)
National registration number

08229264

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £250,000

Total value of the contract/lot: £249,766


Section six. Complementary information

six.3) Additional information

To view this notice, please click here:

https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=907923393

GO Reference: GO-2024125-PRO-28781161

six.4) Procedures for review

six.4.1) Review body

United Kingdom Research & Innovation

Swindon

SN2 1FL

Country

United Kingdom