Contract

ISO 11 Incinerator Life Extension Project - WP 5 Refractory Replacement

  • THE PIRBRIGHT INSTITUTE

F03: Contract award notice

Notice identifier: 2025/S 000-006885

Procurement identifier (OCID): ocds-h6vhtk-04994a

Published 21 February 2025, 3:12pm



Section one: Contracting authority

one.1) Name and addresses

THE PIRBRIGHT INSTITUTE

THE PIRBRIGHT INSTITUTE

WOKING

GU240NF

Email

Procurement.department@pirbright.ac.uk

Country

United Kingdom

Region code

UKJ25 - West Surrey

Companies House

559784

Internet address(es)

Main address

https://www.pirbright.ac.uk/

one.4) Type of the contracting authority

Other type

Institute

one.5) Main activity

Other activity

Animal Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ISO 11 Incinerator Life Extension Project - WP 5 Refractory Replacement

Reference number

BC22-004

two.1.2) Main CPV code

  • 42320000 - Waste incinerators

two.1.3) Type of contract

Supplies

two.1.4) Short description

Design and Build of Work re. Incinerator Kiln Refractory Lining replacement for the Primary and Secondary Combustion Chambers.

The scope of works will involve:

• Detailed design and configuration of the new refractory lining and anchors based on the existing plant, drawings and documentation.

• Supply and delivery of all refractory materials and anchors including any materials used for forming, moulding, and support structure (e.g. wood, polystyrene) and 1 tonne waste bags with sealable tops.

• Deconstruction of existing refractory lining and Anchors (Disposal of waste by others)

• Installation of the new anchors and refractory lining as per agreed detailed design.

• Management of drying out and curing of the lining.

• Management of all subcontractors employed by the supplier to complete these works.

• Submission of O&M containing all required details as per PIF and separate section to provide information needed for the Health and Safety File. Please see Contract Scope section in ITT document.

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: £454,525

two.2) Description

two.2.2) Additional CPV code(s)

  • 44192000 - Other miscellaneous construction materials
  • 45000000 - Construction work
  • 51135110 - Installation services of waste incinerators
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services

two.2.3) Place of performance

NUTS codes
  • UKJ25 - West Surrey

two.2.4) Description of the procurement

The contract is for a single supplier to provide Design and Build of Work Package 5 - Incinerator Kiln Refractory Lining Upgrade to the Primary and Secondary Combustion Chambers, as per the user requirement specification (URS) for The Pirbright Institute (Pirbright), Ash Road, Pirbright, Surrey, GU24 0NF.

The scope of this contract is to replace the Kiln Refractory Lining for the Primary and Secondary Incinerator Chambers to ensure that the ISO 11 incinerator remains available to operate, safe, reliable and will serve the building for a minimum of 10 years.

The scope of works will involve:

• Detailed design and configuration of the new refractory lining and anchors based on the existing plant, drawings and documentation.

• Supply and delivery of all refractory materials and anchors.

o This would include any materials used for forming, moulding, and support structure (e.g. wood, polystyrene) and 1 tonne waste bags with sealable tops.

• Deconstruction of existing refractory lining and Anchors (Disposal of waste by others)

• Installation of the new anchors and refractory lining as per agreed detailed design.

• Management of drying out and curing of the lining.

• Management of all subcontractors employed by the supplier to complete these works.

• On completion, an O&M is to be submitted which provides details of works from design to completion. The O&M should include all relevant items shown in the PIF and a separate section which provides details of the following

o Brief Description of the works being carried out.

o Project Risk Assessment.

o Key structural principals.

o Hazardous materials used.

o Information on the future removal of installed plant.

o H&S information about equipment provided for cleaning or maintaining installed plant.

o The nature, location and markings of significant services.

o Information and as built drawings of buildings, plant and equipment.

o Step by step activities to carry out the works.

o Lesson Learnt, challenges met and how they were overcome.

o Details on how the curing burners are set up and how the ventilation and ID fans are set up to draw away the heat.

• As part of the works, the supplier should also provide the following:

o Provision to ensure safe access and egress to confined spaces (Gas monitors, Rescue Personnel, Outside Watchman, etc)

o All provisions for the deconstruction, installation and drying / curing of the refractory, including but not limited to:

 All necessary machinery and equipment required for the works.

 Provision of lighting in the individual plant sections.

 Provision of transport vehicles required for the works which is not listed as part of the CDM site below.

 Provision of weather protection for any equipment and materials used/stored outside.

 Air compressor and fuel.

 Extraction fans and filtration to minimise dust generation within area of works.

 All PPE required for safe working during all works.

 Equipment and fuel required for drying and curing of the refractory lining. Recommend diesel burner as gas would be difficult to arrange on site.

A CDM Construction site will be set up as part of the overall project which will provide for the following:

• Site Supervision

• HERRAS fencing and appropriate signage around CDM area

• Site Office

• Welfare Office including changing areas

• Waste skips

• Scissor lift

• Fork-lift truck / telehandler

• CDM documentation / inductions / daily logs / management of RAMS

Additional information:

As part of the tender, the supplier is to provide option costs and timescales for the following:

• Completion of both chambers within a single visit based on normal working hours only.

• Completion of both chambers within a single visit based on normal and extended working hours.

• Completion of both chambers over two visits (i.e. one chamber per visit) based on normal working hours only.

• Completion of both chambers over two visits (i.e. one chamber per visit) based on normal and extended working hours.

two.2.5) Award criteria

Quality criterion - Name: Technical/Quality Aspects / Weighting: 50

Cost criterion - Name: Price / Weighting: 30

Cost criterion - Name: Other Commercial Aspects / Weighting: 20

two.2.11) Information about options

Options: No


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: 2024/S 000-028819


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

9 December 2024

five.2.2) Information about tenders

Number of tenders received: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Fuel Conservation Services Limited

Cannock

Country

United Kingdom

NUTS code
  • UKG24 - Staffordshire CC
Companies House

01545906

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £454,525


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Institute of Chartered Engineers

London

Country

United Kingdom