Notice Information
Notice Title
PS25158 - Eastern Europe Accelerator Programme - Round 2
Notice Description
Below we have provided a high-level overview of the Scope of Services for this Contract. Due to the sensitivity of this work, the full tender information and documentation will only be provided to potential Bidders upon completion of the PS25158 - Eastern Europe Accelerator Programme - Round 2 - Not a Deed Agreement (NDA), which can be found in the attachments area. If you are bidding as a consortium or shall be using sub-contractors all parties will need to complete and sign the NDA. Completed NDAs must be emailed to ProfessionalServices@uksbs.co.uk where these will be countersigned, and your organisation will then be added into the main Jaggaer procurement. Brief Description of Requirement Introduction UK Shared Business Services (UKSBS), on behalf of the UK Research and Innovation through Innovate UK wishes to establish a contract for the provision of an International Accelerator Programme for the Energy Team. This will include support for both the UK companies and international partners. Aims & Objectives The aim of the accelerator programme is to provide commercialisation services to sit along side some of our overseas energy projects clustered in the eastern European region, ensuring the businesses taking part in the projects are commercially ready as well as technologically ready. Although the accelerator programme will be optional for our funded projects, we would expect most or all of the projects in this portfolio to take advantage of the support offered through the programme. The support will be a mixture of supporting fundamental programme requirements with all projects, 1 to 1 business support, connecting to the wider industry as well as communications activities. There are four core objectives: 1. Provide core support to enable projects to achieve their project outputs in an ODA eligible country. 2. Provide business support to project leads to help them commercialise (no matter where they are in the world). 3. Engage with wider sector to help the organisations achieve their goals. 4. Provide communication and dissemination activities to demonstrate the meaningful impacts the programme is having. We are hoping to achieve the following outputs: - Organisations which have increased their commercial readiness. - Technologies that are closer to market. - A group of projects which feel like a cohort. - Investment engagements with companies. - Knowledge sharing between projects and the wider energy and government space. - Promotion of Gender Equality and Social Inclusion. - Impact which is disseminated globally. Background to the Requirement The Energy Access team at Innovate UK have funded a number of programmes within the ODA space. Its flagship programme, The Energy Catalyst, has committed over PS200m of support helping companies to commercialise low carbon energy solutions in both the UK and in Africa and Asia. The team have recently expanded to look at technology specific areas such as diesel genset replacement. More information on these specific programmes can be found here: * https://energycatalyst.ukri.org/ * https://www.ze-gen.org/ze-gen/ More recently we have started working with FCDO High Commissions in country to develop programmes specific for their needs and the portfolio to be supported through this work is the first output of this collaboration. The programme is focussed on supporting regions with historically high reliance on fossil fuels and the programme will play a part in helping these economies to re-imagine their energy systems using the latest innovations supported through this work. The aim of the programme is to accelerate the regional energy transition and ensure the resulting energy supply is low-carbon, affordable and secure. The projects must: * focus on the specific needs of the programme. * be an innovative technology or business model that is low-carbon, affordable and secure. * create energy resilience or build access to clean energy in the future. Scope The accelerator will support 13 projects for up to 28 months involving organisations predominantly in UK and Eastern Europe but with wider teams worldwide. The winning supplier must be able to support organisations no matter where they are located in the world to ensure the programme is fully untied as required under UK ODA rules. The duration of the agreement will be between December 2025 and March 2028 for a total period of 28 months. Due to the funding limitations, we are not able to extend the accelerator service beyond March 2028, and this should be considered a hard-stop date. This date also coincides with the end of the projects funded under this programme. How to Apply DO NOT apply directly to the buyer. UK Shared Business Services Ltd (UKSBS) will be using the Jaggaer eSourcing Portal for this procurement. Once you have signed and returned the NDA, you will be then added to the project and will receive an email with a link to the ITT on Jaggaer. 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/. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-058b13
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/001811-2026
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- UK7 - Contract Details Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
73 - Research and development services and related consultancy services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
73000000 - Research and development services and related consultancy services
79400000 - Business and management consultancy and related services
Notice Value(s)
- Tender Value
- £833,333 £500K-£1M
- Lots Value
- £833,333 £500K-£1M
- Awards Value
- £830,391 £500K-£1M
- Contracts Value
- £830,391 £500K-£1M
Notice Dates
- Publication Date
- 9 Jan 20261 months ago
- Submission Deadline
- 7 Oct 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Nov 20253 months ago
- Contract Period
- 12 Dec 2025 - 31 Mar 2028 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Active, Pending
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UKRI
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- commercial@ukri.org, professionalservices@uksbs.co.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- SWINDON
- Postcode
- SN2 1FL
- Post Town
- Swindon
- Country
- England
-
- Major Region (ITL 1)
- TLK South West (England)
- Basic Region (ITL 2)
- TLK7 Gloucestershire and Wiltshire
- Small Region (ITL 3)
- TLK71 Swindon
- Delivery Location
- Not specified
-
- Local Authority
- Swindon
- Electoral Ward
- Rodbourne Cheney
- Westminster Constituency
- Swindon North
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/001811-2026
9th January 2026 - Contract details notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/075227-2025
19th November 2025 - Contract award notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/050079-2025
20th August 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-058b13-2026-01-09T12:10:45Z",
"date": "2026-01-09T12:10:45Z",
"ocid": "ocds-h6vhtk-058b13",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PDQJ-7126-JDHG",
"name": "UKRI",
"identifier": {
"scheme": "GB-PPON",
"id": "PDQJ-7126-JDHG"
},
"address": {
"streetAddress": "Polaris House",
"locality": "Swindon",
"postalCode": "SN2 1FL",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK14"
},
"contactPoint": {
"email": "Commercial@ukri.org"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
},
{
"id": "publicAuthorityCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - central government"
}
]
}
},
{
"id": "GB-PPON-PMPN-7535-GNTG",
"name": "UK Shared Business Services Ltd",
"identifier": {
"scheme": "GB-PPON",
"id": "PMPN-7535-GNTG"
},
"address": {
"streetAddress": "Polaris House, North Star Avenue",
"locality": "Swindon",
"postalCode": "SN2 1FF",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKK14"
},
"contactPoint": {
"email": "professionalservices@uksbs.co.uk"
},
"roles": [
"procuringEntity",
"processContactPoint"
],
"roleDetails": "Shared Service Provider"
},
{
"id": "GB-COH-11418661",
"name": "Bankers without boundaries",
"identifier": {
"scheme": "GB-COH",
"id": "11418661"
},
"address": {
"streetAddress": "Moor Place, 1 Fore Street Avenue",
"locality": "London",
"postalCode": "EC2Y 9DT",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI31"
},
"contactPoint": {
"email": "contact@bwb.earth"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"vcse": false,
"publicServiceMissionOrganization": false,
"shelteredWorkshop": false
}
}
],
"buyer": {
"id": "GB-PPON-PDQJ-7126-JDHG",
"name": "UKRI"
},
"tender": {
"id": "PS25158",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "PS25158 - Eastern Europe Accelerator Programme - Round 2",
"description": "Below we have provided a high-level overview of the Scope of Services for this Contract. Due to the sensitivity of this work, the full tender information and documentation will only be provided to potential Bidders upon completion of the PS25158 - Eastern Europe Accelerator Programme - Round 2 - Not a Deed Agreement (NDA), which can be found in the attachments area. If you are bidding as a consortium or shall be using sub-contractors all parties will need to complete and sign the NDA. Completed NDAs must be emailed to ProfessionalServices@uksbs.co.uk where these will be countersigned, and your organisation will then be added into the main Jaggaer procurement. Brief Description of Requirement Introduction UK Shared Business Services (UKSBS), on behalf of the UK Research and Innovation through Innovate UK wishes to establish a contract for the provision of an International Accelerator Programme for the Energy Team. This will include support for both the UK companies and international partners. Aims & Objectives The aim of the accelerator programme is to provide commercialisation services to sit along side some of our overseas energy projects clustered in the eastern European region, ensuring the businesses taking part in the projects are commercially ready as well as technologically ready. Although the accelerator programme will be optional for our funded projects, we would expect most or all of the projects in this portfolio to take advantage of the support offered through the programme. The support will be a mixture of supporting fundamental programme requirements with all projects, 1 to 1 business support, connecting to the wider industry as well as communications activities. There are four core objectives: 1. Provide core support to enable projects to achieve their project outputs in an ODA eligible country. 2. Provide business support to project leads to help them commercialise (no matter where they are in the world). 3. Engage with wider sector to help the organisations achieve their goals. 4. Provide communication and dissemination activities to demonstrate the meaningful impacts the programme is having. We are hoping to achieve the following outputs: - Organisations which have increased their commercial readiness. - Technologies that are closer to market. - A group of projects which feel like a cohort. - Investment engagements with companies. - Knowledge sharing between projects and the wider energy and government space. - Promotion of Gender Equality and Social Inclusion. - Impact which is disseminated globally. Background to the Requirement The Energy Access team at Innovate UK have funded a number of programmes within the ODA space. Its flagship programme, The Energy Catalyst, has committed over PS200m of support helping companies to commercialise low carbon energy solutions in both the UK and in Africa and Asia. The team have recently expanded to look at technology specific areas such as diesel genset replacement. More information on these specific programmes can be found here: * https://energycatalyst.ukri.org/ * https://www.ze-gen.org/ze-gen/ More recently we have started working with FCDO High Commissions in country to develop programmes specific for their needs and the portfolio to be supported through this work is the first output of this collaboration. The programme is focussed on supporting regions with historically high reliance on fossil fuels and the programme will play a part in helping these economies to re-imagine their energy systems using the latest innovations supported through this work. The aim of the programme is to accelerate the regional energy transition and ensure the resulting energy supply is low-carbon, affordable and secure. The projects must: * focus on the specific needs of the programme. * be an innovative technology or business model that is low-carbon, affordable and secure. * create energy resilience or build access to clean energy in the future. Scope The accelerator will support 13 projects for up to 28 months involving organisations predominantly in UK and Eastern Europe but with wider teams worldwide. The winning supplier must be able to support organisations no matter where they are located in the world to ensure the programme is fully untied as required under UK ODA rules. The duration of the agreement will be between December 2025 and March 2028 for a total period of 28 months. Due to the funding limitations, we are not able to extend the accelerator service beyond March 2028, and this should be considered a hard-stop date. This date also coincides with the end of the projects funded under this programme. How to Apply DO NOT apply directly to the buyer. UK Shared Business Services Ltd (UKSBS) will be using the Jaggaer eSourcing Portal for this procurement. Once you have signed and returned the NDA, you will be then added to the project and will receive an email with a link to the ITT on Jaggaer. 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/. 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.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
}
],
"deliveryAddresses": [
{
"region": "UK",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 1000000,
"amount": 833333,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"aboveThreshold": true,
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "https://beisgroup.ukp.app.jaggaer.com/",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"tenderPeriod": {
"endDate": "2025-10-07T14:00:00+01:00"
},
"enquiryPeriod": {
"endDate": "2025-09-25T14:00:00+01:00"
},
"awardPeriod": {
"endDate": "2025-11-06T23:59:59+00:00"
},
"lots": [
{
"id": "1",
"status": "complete",
"value": {
"amountGross": 1000000,
"amount": 833333,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "price",
"name": "Commercial",
"numbers": [
{
"number": 10,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Technical",
"numbers": [
{
"number": 90,
"weight": "percentageExact"
}
]
}
]
},
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2025-12-01T00:00:00+00:00",
"endDate": "2028-03-31T23:59:59+01:00"
}
}
],
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "A-4455",
"documentType": "biddingDocuments",
"description": "NDA",
"url": "https://www.find-tender.service.gov.uk/Notice/Attachment/A-4455",
"format": "application/octet-stream"
},
{
"id": "050079-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/050079-2025",
"datePublished": "2025-08-20T11:06:28+01:00",
"format": "text/html"
}
]
},
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"value": 8,
"relatedLot": "1"
},
{
"id": "2",
"measure": "finalStageBids",
"value": 8,
"relatedLot": "1"
},
{
"id": "3",
"measure": "smeFinalStageBids",
"value": 8,
"relatedLot": "1"
},
{
"id": "4",
"measure": "vcseFinalStageBids",
"value": 0,
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "1",
"status": "pending",
"date": "2025-11-18T00:00:00+00:00",
"value": {
"amountGross": 996469.2,
"amount": 830391,
"currency": "GBP"
},
"mainProcurementCategory": "services",
"aboveThreshold": true,
"suppliers": [
{
"id": "GB-COH-11418661",
"name": "Bankers Without Boundaries"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
}
],
"relatedLot": "1"
}
],
"standstillPeriod": {
"endDate": "2025-11-28T23:59:59+00:00"
},
"contractPeriod": {
"startDate": "2025-12-02T00:00:00+00:00",
"endDate": "2028-03-31T23:59:59+01:00"
},
"relatedLots": [
"1"
],
"documents": [
{
"id": "075227-2025",
"documentType": "awardNotice",
"noticeType": "UK6",
"description": "Contract award notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/075227-2025",
"datePublished": "2025-11-19T13:27:00Z",
"format": "text/html"
}
],
"assessmentSummariesDateSent": "2025-11-19T00:00:00+00:00",
"milestones": [
{
"id": "1",
"type": "futureSignatureDate",
"dueDate": "2025-12-02T23:59:59+00:00",
"status": "scheduled"
}
]
},
{
"id": "2",
"status": "active",
"mainProcurementCategory": "services",
"suppliers": [
{
"id": "GB-COH-11418661",
"name": "Bankers without boundaries"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "73000000",
"description": "Research and development services and related consultancy services"
}
],
"relatedLot": "1"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "2",
"awardID": "2",
"status": "active",
"period": {
"startDate": "2025-12-12T00:00:00+00:00",
"endDate": "2028-03-31T23:59:59+01:00"
},
"value": {
"amountGross": 996469.2,
"amount": 830391,
"currency": "GBP"
},
"aboveThreshold": true,
"dateSigned": "2025-12-12T00:00:00+00:00",
"noAgreedMetricsRationale": "Contracting authority considers that performance could not appropriately be assessed using KPIs. The successful supplier will be required to report regularly to Innovate UK, with monthly update meetings and provide a formal quarterly progress report.",
"documents": [
{
"id": "001811-2026",
"documentType": "contractNotice",
"noticeType": "UK7",
"description": "Contract details notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/001811-2026",
"datePublished": "2026-01-09T12:10:45Z",
"format": "text/html"
}
]
}
]
}