Award

Invitation to Tender - Supply Chain International Best Practice Research Project

BUSINESS ENERGY AND INDUSTRIAL STRATEGY

This public procurement record has 3 releases in its history.

Award

03 Feb 2022 at 16:29

TenderAmendment

08 Dec 2021 at 11:32

Tender

08 Dec 2021 at 11:25

Summary of the contracting process

The public procurement process for the "Invitation to Tender - Supply Chain International Best Practice Research Project" is being conducted by the Business Energy and Industrial Strategy (BEIS) in London, United Kingdom. The tender was published on 8 December 2021, with a submission deadline of 5 January 2022. This project aims to assess how governments worldwide support organisations in developing cyber resilience, specifically addressing supply chain risks within the energy, chemicals, and space sectors. The contract will commence on 17 January 2022 and run until 13 May 2022, with a total value of £70,000. The procurement method used for this tender is an open procedure below threshold.

This tender presents significant opportunities for businesses focused on research and consultancy, particularly those with expertise in cyber security and supply chain management within the specified sectors. Small and medium-sized enterprises (SMEs) may find this a suitable and profitable venture, as the project seeks to gather insights into best practices and policy development. Companies that can offer innovative solutions and insights into global cyber security measures will be well-positioned to compete successfully for this contract.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Invitation to Tender - Supply Chain International Best Practice Research Project

Notice Description

This project aims to examine how governments internationally are supporting organisations to develop their cyber resilience by addressing supply chain risks across the energy, chemicals and space sectors and what is considered best practice (voluntary and regulatory) in terms of measures implemented. This work will give us a better understanding of the supply chain cyber security measures taken globally. The intermediate and final outputs will be used to inform our nascent partnership building initiatives and ensure that we can support the development of any energy, chemicals and space sector cyber security supply chain policy, and feed in our views for any cross-government supply chain approaches in the UK context. Throughout the project the following objectives should be addressed and evidenced: * To understand how governments internationally are enabling or supporting organisations to develop their cyber resilience by addressing cyber security supply chain risks across the energy (including operational technology), chemicals and space sectors. * To learn what is considered best policy practice (voluntary and regulatory) in either energy (including operational technology), chemicals and space supply chain practice, and identify possible policy options for us. * Learn what is considered best policy practice (voluntary and regulatory) in cyber security supply chain practice, where it is transferrable to the energy sector (including operational technology), chemicals and space sector. * Identify cyber security supply chain partnership delivery models and identify their success factors and barriers. * To inform and improve the delivery of our proposed cyber security supply chain code of practice and partnership. The project stages shall be detailed in the subsequent Invitation to Tender (ITT) however broadly open-source research will be used to develop a comprehensive understanding of global cyber security supply chain measures in the energy, operational technology, chemicals and space sectors as well as exploring codes of practice / partnership within these sectors. The data gathered will then be analysed using qualitative and quantitative methods to produce the required outputs. The outputs will include a project report and recommendations, accompanying summary presentation, presentation for stakeholders, case studies on codes of practice / partnership and a database. BEIS will quality assure the outputs throughout the project and therefore, it may be necessary to make changes to deliverables based on this feedback. Additional information: For queries and documentation, please go to the Delta Procurement Portal linked to this notice.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-0e8f44cf-7dad-437a-ae04-a7fd64c6c0a2
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/841de861-f583-4722-85b8-45eaa47f901f
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services


CPV Codes

73000000 - Research and development services and related consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
£70,000 Under £100K
Contracts Value
Not specified

Notice Dates

Publication Date
3 Feb 20224 years ago
Submission Deadline
5 Jan 2022Expired
Future Notice Date
Not specified
Award Date
3 Feb 20224 years ago
Contract Period
3 Feb 2022 - 31 May 2022 1-6 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BUSINESS ENERGY AND INDUSTRIAL STRATEGY
Contact Name
Lowri Willis
Contact Email
lowriann.willis@beis.gov.uk
Contact Phone
020 7215 2313

Buyer Location

Locality
LONDON
Postcode
SW1H 0ET
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLI London

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

RHEATECH

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-0e8f44cf-7dad-437a-ae04-a7fd64c6c0a2-2022-02-03T16:29:43Z",
    "date": "2022-02-03T16:29:43Z",
    "ocid": "ocds-b5fd17-0e8f44cf-7dad-437a-ae04-a7fd64c6c0a2",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "5294/08/2021 - ITT",
        "title": "Invitation to Tender - Supply Chain International Best Practice Research Project",
        "description": "This project aims to examine how governments internationally are supporting organisations to develop their cyber resilience by addressing supply chain risks across the energy, chemicals and space sectors and what is considered best practice (voluntary and regulatory) in terms of measures implemented. This work will give us a better understanding of the supply chain cyber security measures taken globally. The intermediate and final outputs will be used to inform our nascent partnership building initiatives and ensure that we can support the development of any energy, chemicals and space sector cyber security supply chain policy, and feed in our views for any cross-government supply chain approaches in the UK context. Throughout the project the following objectives should be addressed and evidenced: * To understand how governments internationally are enabling or supporting organisations to develop their cyber resilience by addressing cyber security supply chain risks across the energy (including operational technology), chemicals and space sectors. * To learn what is considered best policy practice (voluntary and regulatory) in either energy (including operational technology), chemicals and space supply chain practice, and identify possible policy options for us. * Learn what is considered best policy practice (voluntary and regulatory) in cyber security supply chain practice, where it is transferrable to the energy sector (including operational technology), chemicals and space sector. * Identify cyber security supply chain partnership delivery models and identify their success factors and barriers. * To inform and improve the delivery of our proposed cyber security supply chain code of practice and partnership. The project stages shall be detailed in the subsequent Invitation to Tender (ITT) however broadly open-source research will be used to develop a comprehensive understanding of global cyber security supply chain measures in the energy, operational technology, chemicals and space sectors as well as exploring codes of practice / partnership within these sectors. The data gathered will then be analysed using qualitative and quantitative methods to produce the required outputs. The outputs will include a project report and recommendations, accompanying summary presentation, presentation for stakeholders, case studies on codes of practice / partnership and a database. BEIS will quality assure the outputs throughout the project and therefore, it may be necessary to make changes to deliverables based on this feedback. Additional information: For queries and documentation, please go to the Delta Procurement Portal linked to this notice.",
        "datePublished": "2021-12-08T11:25:48Z",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "73000000",
            "description": "Research and development services and related consultancy services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2022-01-05T12:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-01-17T00:00:00Z",
            "endDate": "2022-05-13T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/0b92fe84-c79b-4580-9784-058b1779778d",
                "datePublished": "2021-12-08T11:25:48Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2021-12-08T11:32:48Z"
            },
            {
                "id": "2",
                "documentType": "submissionDocuments",
                "description": "For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/??notice-title??/AGF53MHQK5 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/AGF53MHQK5 If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.",
                "url": "https://www.delta-esourcing.com/tenders/??notice-title??/AGF53MHQK5"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/57hG7nME",
            "name": "Business Energy and Industrial Strategy",
            "identifier": {
                "legalName": "Business Energy and Industrial Strategy",
                "scheme": "GB-SRS",
                "id": "sid4gov.cabinetoffice.gov.uk/57hG7nME"
            },
            "address": {
                "streetAddress": "1 Victoria Street",
                "locality": "London",
                "postalCode": "SW1H0ET",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Lowri Willis",
                "email": "Lowriann.willis@beis.gov.uk",
                "telephone": "020 7215 2313"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "GB-COH-03838015",
            "name": "RHEATECH LIMITED",
            "identifier": {
                "legalName": "RHEATECH LIMITED",
                "scheme": "GB-COH",
                "id": "03838015"
            },
            "address": {
                "streetAddress": "G.21-25, Building R71, Rutherford,Appleton Laboratory Harwell Campus DIDCOT Oxfordshire OX11 0QX GB"
            },
            "details": {
                "scale": "large",
                "vcse": false
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/57hG7nME",
        "name": "Business Energy and Industrial Strategy"
    },
    "awards": [
        {
            "id": "ocds-b5fd17-0e8f44cf-7dad-437a-ae04-a7fd64c6c0a2-1",
            "status": "active",
            "date": "2022-02-03T00:00:00Z",
            "datePublished": "2022-02-03T16:29:43Z",
            "value": {
                "amount": 70000,
                "currency": "GBP"
            },
            "suppliers": [
                {
                    "id": "GB-COH-03838015",
                    "name": "RHEATECH LIMITED"
                }
            ],
            "contractPeriod": {
                "startDate": "2022-02-03T00:00:00Z",
                "endDate": "2022-05-31T23:59:59+01:00"
            },
            "documents": [
                {
                    "id": "1",
                    "documentType": "awardNotice",
                    "description": "Awarded contract notice on Contracts Finder",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/841de861-f583-4722-85b8-45eaa47f901f",
                    "datePublished": "2022-02-03T16:29:43Z",
                    "format": "text/html",
                    "language": "en"
                },
                {
                    "id": "2",
                    "documentType": "submissionDocuments",
                    "description": "For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/??notice-title??/AGF53MHQK5 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/AGF53MHQK5 If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@delta-esourcing.com.",
                    "url": "https://www.delta-esourcing.com/tenders/??notice-title??/AGF53MHQK5"
                },
                {
                    "id": "3",
                    "documentType": "contractSigned",
                    "url": "https://www.contractsfinder.service.gov.uk/Notice/SupplierAttachment/3e01c243-19ec-4869-a6fa-b32a44c9bba0",
                    "format": "application/pdf"
                }
            ]
        }
    ]
}