Tender

PS25204 - UKSAC25_0057 - ESA Strategic Study (Phases 3 and 4)

  • UKSA

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-051179

Procurement identifier (OCID): ocds-h6vhtk-058d92

Published 26 August 2025, 11:08am



Scope

Reference

PS25204

Description

Overall Aim:

Expand the scope of the ESA Strategic Study to encompass additional ESA Member States and key developments in the European space sector, to both support preparations for the upcoming ESA Council of Ministers 2025 (CM25) meeting and supplement the institutional knowledge of the UK Space Agency more broadly.

Objectives:

- Analyse key developments in the European space sector, specifically narratives underpinning space policy formulation in the European Union (at institutional level), and the interaction between civil, military and dual use approaches to space activities employed by the ESA Member States covered under Phase 1 and 2 (Germany, France, Italy, Switzerland and Norway), as well as Spain, Belgium, Poland, and the European Union (EU).

- Deliver accessible insights in time for ESA's Council of Ministers 2025 (CM25) meeting on 26-27 November 2025 (Phase 3).

- Deliver detailed analyses of the narratives underpinning space policy formulation in Spain, Belgium, Poland, and the European Union for use by UK Space Agency teams in the short-, medium-, and long- term.

Total value (estimated)

  • £41,660 excluding VAT
  • £50,000 including VAT

Below the relevant threshold

Contract dates (estimated)

  • 1 October 2025 to 31 March 2026
  • 6 months, 1 day

Main procurement category

Services

CPV classifications

  • 73000000 - Research and development services and related consultancy services

Contract locations

  • UK - United Kingdom

Participation

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

3 September 2025, 2:00pm

Tender submission deadline

15 September 2025, 2:00pm

Submission address and any special instructions

Please provide a detailed description of the notice you are adding:

The final date and time for the submission of bids is Monday, 15th September 2025 at 14:00

DO NOT apply directly to the buyer.

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

This contract will be awarded based on the evaluation criteria as set out in the ITQ 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 PS25204 or itt_2271

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

Jaggaer eSourcing Portal

https://beisgroup.ukp.app.jaggaer.com/

Tenders may be submitted electronically

Yes


Award criteria

Non-Commercial Elements

Each question will be evaluated on a score from 0 to 100, which shall be subjected to a multiplier to reflect the percentage of the evaluation criteria allocated to that question.

Where an evaluation criterion is worth 20% then the 0-100 score achieved will be multiplied by 20%.

Example if a Bidder scores 60 from the available 100 points this will equate to 12% by using the following calculation:

Score = {weighting percentage} x {bidder's score} = 20% x 60 = 12

The same logic will be applied to groups of questions which equate to a single evaluation criterion.

The 0-100 score shall be based on (unless otherwise stated within the question):

0 The Question is not answered, or the response is completely unacceptable.

10 Extremely poor response - they have completely missed the point of the question.

20 Very poor response and not wholly acceptable. Requires major revision to the response to make it acceptable. Only partially answers the requirement, with major deficiencies and little relevant detail proposed.

40 Poor response only partially satisfying the question requirements with deficiencies apparent. Some useful evidence provided but response falls well short of expectations. Low probability of being a capable supplier.

60 Response is acceptable but remains basic and could have been expanded upon. Response is sufficient but does not inspire.

80 Good response which describes their capabilities in detail which provides high levels of assurance consistent with a quality provider. The response includes a full description of techniques and measurements currently employed.

100 Response is exceptional and clearly demonstrates they are capable of meeting the requirement. No significant weaknesses noted. The response is compelling in its description of techniques and measurements currently employed, providing full assurance consistent with a quality provider.

All questions will be scored based on the above mechanism. As there will be multiple evaluators their individual scores and commentary will be recorded, then a consensus meeting will be convened by the evaluators to determine your score. Note this will include a chairperson or lead and all evaluators are of equal status.

Example

Evaluator 1 scored your bid as 60

Evaluator 2 scored your bid as 60

Evaluator 3 scored your bid as 40

The convened meeting came to a consensus that the final recorded score to given to your submission against this question should be 60, with the justification and reasons for this score recorded.

Once the consensus process has been finalised, all justifications recorded and all non-priced scores are agreed, this will then be subject to an independent commercial moderation review.

Minimum Scoring Threshold

It is a requirement of this Procurement that Bidders achieve 60 points out of the total possible 100 points for each Quality question. Any Bidder whose moderated score for any Question does not meet the Minimum Scoring Threshold will have their bid submission rejected and will not be eligible for award of the Contract.


Procedure

Procedure type

Below threshold - open competition


Contracting authority

UKSA

  • Public Procurement Organisation Number: PRTY-4245-MTJY

Harwell Campus, Rutherford Avenue

Didcot

OX11 0DF

United Kingdom

Region: UKJ14 - Oxfordshire

Organisation type: Public authority - sub-central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

UK Shared Business Services

Summary of their role in this procurement: Shared Service Provider

  • Public Procurement Organisation Number: PMPN-7535-GNTG

Polaris House, North Star Avenue

Swindon

SN2 1FF

United Kingdom

Region: UKK14 - Swindon


Contact organisation

Contact UK Shared Business Services for any enquiries.