Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Contact
Commercial
Telephone
+44 1793442000
Country
United Kingdom
Region code
UKK14 - Swindon
National registration number
PDQJ-7126-JDHG
Internet address(es)
Main address
Buyer's 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:-Health-and-safety-services./Q74N4PJ8G3
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Health-and-safety-services./Q74N4PJ8G3
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Health-and-safety-services./Q74N4PJ8G3
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-4763 NERC - Aircraft Operations Safety Case Development for British Antarctic Survey and FAAM Airborne Laboratory
Reference number
UKRI-4763
two.1.2) Main CPV code
- 71317200 - Health and safety services
two.1.3) Type of contract
Services
two.1.4) Short description
UKRI is seeking to appoint a supplier to provide Aircraft Operations Safety Case Development for the British Antarctic Survey and FAAM Airborne Laboratory with defined timescales for clearly outlined deliverables.
This procurement will result in appointing a supplier via a contract for external aviation safety expertise to:
•to assist in authoring fully developed aircraft operations safety cases for UK Research and Innovation (UKRI) owned aircraft and all science equipment carried on board, and;
•to develop safety case processes and supporting procedures to enable further subsequent development and review in-house.
UKRI owned aircraft are as below.
British Antarctic Survey (BAS)
•one De-Havilland Canada (DCH) DASH 7;
•four DHC Twin Otters (DHC 6-300); and
•one future replacement aircraft De-Havilland Canada DASH 8.
Facility for Airborne Atmospheric Measurements (FAAM):
•one BAE 146-301.
The aircraft operate in non-standard environments, such as low altitude (FAAM) and the Antarctic/Arctic (BAS) and scientific communities a means to conduct cutting edge climate research.
The UKRI Framework Document sets out safety and governance responsibilities with regards to delivery of National Capabilities: FAAM Airborne Laboratory and British Antarctic Survey. To fulfil those responsibilities, the AAP was set up to oversee the management of aviation risk within these air operations. It was agreed that a safety case methodology would be followed, in line with best practice and a Goal Structure Notation (GSN) safety case method was elected. Evidence exists to support these safety cases, though gaps exist.
two.1.5) Estimated total value
Value excluding VAT: £500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71317210 - Health and safety consultancy services
two.2.3) Place of performance
NUTS codes
- UKK14 - Swindon
Main site or place of performance
Swindon
two.2.4) Description of the procurement
UKRI is seeking to appoint a supplier to provide Aircraft Operations Safety Case Development for the British Antarctic Survey and FAAM Airborne Laboratory with defined timescales for clearly outlined deliverables.
This procurement will result in appointing a supplier via a contract for external aviation safety expertise to:
•to assist in authoring fully developed aircraft operations safety cases for UK Research and Innovation (UKRI) owned aircraft and all science equipment carried on board, and;
•to develop safety case processes and supporting procedures to enable further subsequent development and review in-house.
UKRI owned aircraft are as below.
British Antarctic Survey (BAS)
•one De-Havilland Canada (DCH) DASH 7;
•four DHC Twin Otters (DHC 6-300); and
•one future replacement aircraft De-Havilland Canada DASH 8.
Facility for Airborne Atmospheric Measurements (FAAM):
•one BAE 146-301.
The aircraft operate in non-standard environments, such as low altitude (FAAM) and the Antarctic/Arctic (BAS) and scientific communities a means to conduct cutting edge climate research.
The UKRI Framework Document sets out safety and governance responsibilities with regards to delivery of National Capabilities: FAAM Airborne Laboratory and British Antarctic Survey. To fulfil those responsibilities, the AAP was set up to oversee the management of aviation risk within these air operations. It was agreed that a safety case methodology would be followed, in line with best practice and a Goal Structure Notation (GSN) safety case method was elected. Evidence exists to support these safety cases, though gaps exist.
two.2.5) Award criteria
Quality criterion - Name: Technical / Quality / Weighting: 50
Quality criterion - Name: Social Value / Weighting: 10
Cost criterion - Name: Price / Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
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://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Health-and-safety-services./Q74N4PJ8G3
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-011420
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 May 2025
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
16 May 2025
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:-Health-and-safety-services./Q74N4PJ8G3
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/Q74N4PJ8G3
GO Reference: GO-2025416-PRO-30197792
six.4) Procedures for review
six.4.1) Review body
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Telephone
+44 1793442000
Country
United Kingdom