Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN12 1FL
Contact
Kate Richardson
Telephone
+44 756267366
Country
United Kingdom
NUTS code
UKK14 - Swindon
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Construction-work./XE899B3ED7
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ukri.delta-esourcing.com/respond/XE899B3ED7
Tenders or requests to participate must be submitted to the above-mentioned address
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
Design and build geothermal infrastructure for the UK Geoenergy Observatory at Cuningar Loop, Glasgow, UK
Reference number
UKRI-1107
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The British Geological Survey (BGS) and the Natural Environment Research Council (NERC) are constructing a mine water geothermal research facility on the Cuningar Loop in east Glasgow as part of the UK Geoenergy Observatories project (from now on referred to as the ‘Glasgow Observatory’). Both NERC and BGS form a part of the UK Research and Innovation (UKRI).
The tender is for the procurement of a supplier to provide the design and build support to BGS (the Client) in delivery of the geothermal infrastructure for the Glasgow Observatory.
The Contractor’s main responsibilities will include but are not limited to: detailed design and construction of the works; testing and commissioning the works.
The supplier shall be appointed under an NEC4 ECC.
two.1.5) Estimated total value
Value excluding VAT: £310,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 71541000 - Construction project management services
- 71500000 - Construction-related services
- 76300000 - Drilling services
- 45100000 - Site preparation work
- 45120000 - Test drilling and boring work
- 45200000 - Works for complete or part construction and civil engineering work
- 45220000 - Engineering works and construction works
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow City
two.2.4) Description of the procurement
UK Research and Innovation (UKRI) wishes to establish a contract for design and and build of geothermal infrastructure for the UK Geoenergy Glasgow Observatory.
The supplier will develop the ‘Detailed Design Specification’ through collaboration with the Client, to deliver an engineering design for the bespoke research infrastructure that meets the science requirements within the specified budget. Assuming the design is accepted, the supplier will build the design such that the facility is ‘research-ready’.
The geothermal infrastructure will comprise (but may not be limited to) the following:
1. Extend four of the mine-water borehole wellheads above ground level and construct a low brick wellhead chamber and associated pipework.
2. To complete the hydraulic and thermal design of a pumping main and reinjection main, associated manual valve work and other infrastructure. To excavate and install this pipe infrastructure in trenches.
3. To install a cable duct within the main pipework trench to be routed to a control panel at a heat centre at Site 1.
4. To select and install an electrical submersible pump, associated cabling and rising main in boreholes GGA05 and GGA07. Consideration should be given to the termination and support of these items through the upper wellhead flanged plate. A suitable valve arrangement and wellhead sensors are also to be incorporated into the design.
5. To design and install a reinjection main in boreholes GGA01 and GGA08, with a corresponding pressure-tight wellhead upper-flanged plate. A suitable valve arrangement and wellhead sensors are also to be incorporated into the design.
6. To install two access tubes in all four boreholes, one of which shall be installed with a sensor to determine and log downhole water head, temperature and electrical conductivity.
7. The well equipment and pipework shall be selected to deliver a variable flow rate up to a maximum of 12 L/s and down to a minimum of 3 L/s, while maintaining a positive gauge pressure of at least 1 bar throughout the entire pumping-heat exchange-reinjection main system. 8. The wellhead flange plates should be designed to accommodate both a reinjection main and a pump rising main in the future.
9. To select and install a “heat centre” within the Site 1 compound.
10. To select and install a reversible water-air chiller / heat pump adjacent to the heat centre, with a nominal maximum output of 200 kW in both heating and cooling mode.
11. To design and install a heat exchanger circuit in the heat centre. The circuit should include three equally-sized shell-and-tube heat exchangers with a combined heat exchange capacity of 200 kW.
12. To design and install an insulated heat transfer fluid circuit connecting the heat exchangers to the heat pump / chiller unit, with temperature and pressure sensors, circulation pump, glycol pressure regulation and top-up equipment, any necessary thermal buffering, and a sampling tap for sampling the glycol.
13. To install monitoring equipment within the heat centre on the mine water circuit to include an electromagnetic flowmeter, chemical dosing pump, temperature, pressure and electrical conductivity sensors, and a sampling tap.
14. To equip the heat centre with a control panel / management system for receiving and logging signals from the various installed sensors, and also sending control signals to the submersible pumps and the heat pump/chiller.
15. To prepare full design, installation, operation and maintenance documentation for the infrastructure installed in this Contract.
16. To prepare a maintenance schedule for the facility.
17. Commission, test and demonstrate the facility.
18. To providing training on operating the system.
A brief summary of the requirements has been provided above, please ensure you review all additional appendices for full details of this contract.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £310,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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/XE899B3ED7
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date
21 April 2021
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
21 April 2021
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Construction-work./XE899B3ED7
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/XE899B3ED7
GO Reference: GO-2021317-PRO-17945094
six.4) Procedures for review
six.4.1) Review body
UK Research and Innovation
Swindon
Country
United Kingdom