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 7562167266
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:-Geotechnical-engineering-services./YKJVF332AP
Additional information can be obtained from the above-mentioned address
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
UKRI-1800 Geotechnical Advisor for UKRI-NERC
Reference number
UKRI-1800
two.1.2) Main CPV code
- 71332000 - Geotechnical engineering services
two.1.3) Type of contract
Services
two.1.4) Short description
UKRI seeks to procure the services of a suitably qualified and experienced Geo-technical Adviser for a range of sub-surface investments currently underway, planned and being considered as part of our commitment to support HMG in this developing research field. UKRI is developing a range of projects across it’s Councils to support HMG delivery of Net Zero by 2050 that may include similar geotechnical advice.
As part of the green industrial revolution, BEIS have indicated that UKRI can play a crucial role in providing independent research and analysis (including National Capability Infrastructure where appropriate) supporting geological solutions over the next decade and in particular support the five clusters as they develop.
two.1.5) Estimated total value
Value excluding VAT: £9,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73100000 - Research and experimental development services
- 73300000 - Design and execution of research and development
- 90712000 - Environmental planning
- 71540000 - Construction management services
- 71500000 - Construction-related services
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
The services require understanding and experience of a range of infrastructure and scientific approaches both in the UK and abroad to include, inter alia: Geoenergy; Hydrogen Storage & Carbon Capture & Storage including ‘at depth’ both onshore and offshore and Geothermal. Services will include infrastructure design, well design for scientific analysis, injection systems and regulatory planning and permissions. The successful bidder will also provide expertise in stakeholder/public engagement data management and business case development.
This Contract Notice is for a Geotechnical Advisor that can support UKRI in early stage development, planning and costing to maximise the efficiency and effectiveness of our investments.
The successful bidder will provide all necessary resources to fulfil this role as principal advisor but may choose to take the lead role with other ‘specialist’ sub-advisors in order to provide a pre-selected core team for consistency of approach.
two.2.5) Award criteria
Quality criterion - Name: Technical/Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £9,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
UKRI may re-procure this framework at the end of the term, but does not commit itself to do so.
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
The framework will be on a call-off basis for a period of 4 years. The total value of the framework will not exceed £9,000,000.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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: 2021/S 000-028332
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 April 2022
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
22 April 2022
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:
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/YKJVF332AP
GO Reference: GO-2022318-PRO-19823630
six.4) Procedures for review
six.4.1) Review body
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN12 1FL
Country
United Kingdom