Section one: Contracting authority
one.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 2FL
Telephone
+44 1793442000
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.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Research and innovation
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UKRI-2960 Building R69 Design and Build
Reference number
UKRI-2960
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
This document sets out the Client (UKRI) Brief for the Building to replace HRPD Building R69 for ISIS Neutron and Muon Source based at Rutherford Appleton Laboratory at Didcot, Oxfordshire. The new building will aim to provide ample space for the new instruments, better staff facilities and allow for future adaptability should new instruments or experiments need to be accommodated. The new building is proposed to be a 2-storey building built on the existing footprint. The proposed building contains a main Instrument Hall and supporting facilities such as Control Room, Meeting Room and Laboratory. The project is currently at RIBA Stage 3.
https://www.ukri.org/who-we-are/procurement-contract-transparency-data/
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: £468,871.2
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Oxfordshire
two.2.4) Description of the procurement
This requirement document sets out the Client Brief for the Building to replace HRPD Building R69 for ISIS Neutron and Muon Source based at Rutherford Appleton Laboratory at Didcot, Oxfordshire. Estimated construction value £3,888,200 +VAT.
This is to be read in conjunction with the requirements detailed in Appendices in the eSourcing Portal.
The High Resolution Powder Diffractometer (HRPD) is a world leading neutron instrument, built in the 1980’s. It will be upgraded to become HRPD-x with increased capacity and capabilities utilising state of the art technology. The existing R69 HRPD Building is brick building at the end of a 90m guide tunnel. The guide tunnel consists of a portal frame, slab and concrete ‘F’ Section. A modular extension was added in 2019. Inadequate radiation shielding and lack of internal space available means the original building is no longer fit for purpose.
The new building will aim to provide ample space for the new instruments, better staff facilities and allow for future adaptability should new instruments or experiments need to be accommodated. The new HRPD-x Building is proposed to be a 2-storey building built on the existing footprint. The proposed building contains a main Instrument Hall and supporting facilities such as Control Room, Meeting Room and Laboratory. The Instrument Hall brief includes a fully removable interlocking concrete mezzanine floor over the instrument. A 6.3T crane is to be installed to allow for the lift out of the mezzanine floor panels and maintenance / replacement of elements of the Instrument. The Guide Tunnel is largely due to remain, with certain elements being removed and re-built including a portion the ‘F’ Section and with the entirety of the Guide Tunnel being re-clad. The project is currently at RIBA Stage 3. Appendix 3. Stage 3 Documents contains the Stage 3 Architectural, Structural and MEP design reports for the proposed building. The RIBA Stage 3 Report is to be validated and enhanced by the new design team under PCSA, as part of a two-stage design and build process by the successful contractor.
1. Increase in building size and footprint.
2. No impact on existing vehicular access.
3. Radiation shielding incorporated into design of the building (designs for shielding elements will be provided and validated by STFC).
4. Access into the instrument hall via a large roller shutter to remove equipment or instrument via over-head crane system. Large roller shutter door split and ground
floor to become large openable doors.
5. Provide internal vertical circulation from main entrance lobby.
6. Internal Pedestrian lift required.
7. External equipment lift with capacity of 1000kg.
8. First floor instrumentation hall floor panels to be removable.
9. Laboratory space at first floor.
10. Crane to allow removal of floor and instrument components – specification provided by client.
11. Staff welfare facilities.
12. Meeting room.
13. Instrument control room.
14. Re-clad/upgrade of guide tunnel.
15. Replacement of a portion of the concrete ‘F’ Section
Further details are contained in the tender documentation which should be read and understood fully.
two.2.5) Award criteria
Price
two.2.11) Information about options
Options: Yes
Description of options
The contract is for 2 stages, PCSA for the design and then, subject to UKRI instruction, the Build. The contract may end after the design PCSA stage.
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/24UAG6G5S4
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-009308
Section five. Award of contract
Contract No
UKRI-2960
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
18 December 2023
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Scitech Engineering Ltd
Scitech House, Mill Lane
Godalming
GU7 1EY
Country
United Kingdom
NUTS code
- UKJ2 - Surrey, East and West Sussex
National registration number
04341006
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: £468,871.2
Total value of the contract/lot: £468,871.2
Section six. Complementary information
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=832891406" target="_blank">https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=832891406
GO Reference: GO-202413-PRO-24879659
six.4) Procedures for review
six.4.1) Review body
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell
Oxford
OX11 0QX
Telephone
+44 1235446553
Country
United Kingdom