- Lot 1. Lot 1 Project & Programme Management
- Lot 2. Lot 2 Cost Management/Quantity Surveying
- Lot 3. Lot 3 Lead Designer BSA PD & CDM PD
- Lot 4. Lot 4 Architectural
- Lot 5. Lot 5 Civil and Structural
- Lot 6. Lot 6 Mechanical, Electrical and Public Health
- Lot 7. Lot 7 Sustainability and Carbon
- Lot 8. Lot 8 NEC Supervisor
Scope
Description
UKRI-STFC wish to establish a framework agreement to provide professional services to enable the Business-as-Usual capital delivery programme for STFC. To complete the works for the Client safely for all those involved in accordance with the Scope, Contract Programme and within the agreed total of the Prices. Key objectives: Reduction in procurement and on boarding timescales in order to enable project delivery in line with project constraints; Streamline the process of engagement, creating an agile framework; Maximise quality of service and delivery; Consistency of terms.
Lot 1 Project & Programme Management
Lot 2 Cost Management/Quantity Surveying
Lot 3 Lead Designer BSA PD & CDM PD
Lot 4 Architectural
Lot 5 Civil and Structural
Lot 6 Mechanical, Electrical and Public Health
Lot 7 Sustainability and Carbon
Lot 8 NEC Supervisor
There will be a maximum of 3 suppliers appointed per Lot, ranked in the order of their final submission scores. Call offs shall be determined by the process stated in the tender documenttion (all of which is held in the Delta eSourcing Portal. Suppliers may bid for any number of Lots. Please note that there is no guaranteed spend or volume of orders against each Lot.
Bidders should complete and submit a separate submission per Lot they wish to apply for. The specific Tenderbox link is stated in the following Lot descriptions.
A PCR 2015 PIN was previously published and pre-market engagement was undertaken in 2024 (https://www.find-tender.service.gov.uk/Notice/037886-2024?)
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=940000603
Total value (estimated)
- £9,500,000 excluding VAT
- £11,400,000 including VAT
Above the relevant threshold
Main procurement category
Services
Not the same for all lots
CPV classifications, contract locations and contract dates are shown in Lot sections, because they are not the same for all lots.
Lot 1. Lot 1 Project & Programme Management
Description
The Project Manager is responsible directly to the Client for his actions and will act independently of, but collaboratively with, all other consultants, the Contractor and Tier1-3 supply chain and provide all services appropriate to the role, with expertise and responsibilities including but not limited to those listed herein and will include compliance with latest Cabinet Office initiatives using Building Information Modelling (BIM) and Government Soft Landings (GSL). The Project Manager will support the procurement the surveys, full design team, Contractor and any additional services that are required to deliver this project complete and operational. The design team disciplines will contract directly with STFC for RIBA Stages 2 to 7. The PM will coordinate meetings, prepare, and circulate project meeting agendas and minutes, prepare reports and supporting documents, track actions, assemble monthly construction board papers, prepare internal monthly Project Reports (PRC report) as directed by UKRI/STFC. They will also coordinate the production and presentation of information for the Client to use at Commercial Assurance Board Gateways, SRO Gateway Reviews and RIBA Stage Gateway Reviews to enable the project to be signed off and funding approved by the Government.
To bid please visit the Lot specific link below;
Lot 1 - https://ukri.delta-esourcing.com/respond/UQAZMN2VQN
Lot 2 - https://ukri.delta-esourcing.com/respond/H6R2WVBP4Z
Lot 3 - https://ukri.delta-esourcing.com/respond/49Q3VBRBUX
Lot 4 - https://ukri.delta-esourcing.com/respond/N2G5263X7V
Lot 5 - https://ukri.delta-esourcing.com/respond/A796WQZFS3
Lot 6 - https://ukri.delta-esourcing.com/respond/W45VAS96TB
Lot value (estimated)
- £1,425,000 including VAT
Contract dates (estimated)
- 4 August 2025 to 4 August 2027
- Possible extension to 4 August 2029
- 4 years, 1 day
Description of possible extension:
optional 3rd and 4th year, released individually.
CPV classifications
- 71541000 - Construction project management services
Lot 2. Lot 2 Cost Management/Quantity Surveying
Description
The Cost Manager is responsible directly to the Client for his actions and will act independently of, but collaboratively with, all other consultants. The Cost manager will be responsible for keep record of all transactions / orders on the project and to work with STFC finance to obtain records and track monthly spend and yearly cashflow projections up to date on all project related costs, both build and client costs. The Project Budget includes everything related to delivering the project. Provide cashflow/ draw down schedules for all RIBA Stages/ month end against the agreed programme and agree with the Project Manager. The Cost Manager shall act as the Cost Manager and provide all services appropriate to the role, with expertise and responsibilities including but not limited to those listed herein and will include compliance with latest Cabinet Office initiatives using Building Information Modelling (BIM) and Government Soft Landings (GSL).
To bid please visit the Lot specific link below;
Lot 1 - https://ukri.delta-esourcing.com/respond/UQAZMN2VQN
Lot 2 - https://ukri.delta-esourcing.com/respond/H6R2WVBP4Z
Lot 3 - https://ukri.delta-esourcing.com/respond/49Q3VBRBUX
Lot 4 - https://ukri.delta-esourcing.com/respond/N2G5263X7V
Lot 5 - https://ukri.delta-esourcing.com/respond/A796WQZFS3
Lot 6 - https://ukri.delta-esourcing.com/respond/W45VAS96TB
Lot value (estimated)
- £1,425,000 including VAT
Contract dates (estimated)
- 4 August 2025 to 4 August 2027
- Possible extension to 4 August 2029
- 4 years, 1 day
Description of possible extension:
optional 3rd and 4th year, released individually.
CPV classifications
- 71530000 - Construction consultancy services
Lot 3. Lot 3 Lead Designer BSA PD & CDM PD
Description
Lead on developing the design responsibility matrix (DRM) with input from the other consultants. With the other consultants, review and update the DRM to incorporate the design outputs of the Contractor and the specialist subcontractors. Provide cashflow/ draw down schedules for all RIBA Stages/month end against the agreed programme and agree with the Project Manager.
To bid please visit the Lot specific link below;
Lot 1 - https://ukri.delta-esourcing.com/respond/UQAZMN2VQN
Lot 2 - https://ukri.delta-esourcing.com/respond/H6R2WVBP4Z
Lot 3 - https://ukri.delta-esourcing.com/respond/49Q3VBRBUX
Lot 4 - https://ukri.delta-esourcing.com/respond/N2G5263X7V
Lot 5 - https://ukri.delta-esourcing.com/respond/A796WQZFS3
Lot 6 - https://ukri.delta-esourcing.com/respond/W45VAS96TB
Lot value (estimated)
- £1,425,000 including VAT
Contract dates (estimated)
- 4 August 2025 to 4 August 2027
- Possible extension to 4 August 2029
- 4 years, 1 day
Description of possible extension:
an optional 3rd and 4th year, released individually.
CPV classifications
- 71310000 - Consultative engineering and construction services
Lot 4. Lot 4 Architectural
Description
Together with the Lead Designer, provide input and agree to the project's BIM execution plan and clash detection strategy. As a minimum: Produce (2D/3D) data models within the specified BIM/authoring software as agreed with the project team
Utilise the PM instructed central data repository eg. Common Data Environment (CDE) or SharePoint website for the sharing of models, drawings, specifications and key project information.
Conduct regular clash detection workshops, in accordance with the agreed clash detection strategy, every 2 to 4 weeks (to be agreed with the client), and providing reports to the client demonstrating resolution.
Each consultant must carry out their own clash detection of their design against other consultants' models, to the same frequency.
Major clashes need to be highlighted to the client to discuss for changes.
For radiation designated projects, full coordination of penetrations within these zones must be coordinated with the client team, and the client's radiation protection advisor.
Client is to receive PDF and .dwg files of all drawings upon completion of each RIBA work stage. The .dwg files are to be provided (or exported if necessary) with drawing layers formatted in compliance with ISO 13567 (as noted in ISO 19650-2) and are to be fully compatible with AutoCAD.
To bid please visit the Lot specific link below;
Lot 1 - https://ukri.delta-esourcing.com/respond/UQAZMN2VQN
Lot 2 - https://ukri.delta-esourcing.com/respond/H6R2WVBP4Z
Lot 3 - https://ukri.delta-esourcing.com/respond/49Q3VBRBUX
Lot 4 - https://ukri.delta-esourcing.com/respond/N2G5263X7V
Lot 5 - https://ukri.delta-esourcing.com/respond/A796WQZFS3
Lot 6 - https://ukri.delta-esourcing.com/respond/W45VAS96TB
Lot value (estimated)
- £1,425,000 including VAT
Contract dates (estimated)
- 4 August 2025 to 4 August 2027
- Possible extension to 4 August 2029
- 4 years, 1 day
Description of possible extension:
an optional 3rd and 4th year, released individually.
CPV classifications
- 71210000 - Advisory architectural services
Lot 5. Lot 5 Civil and Structural
Description
The Structural and Civil Engineer along with the Lead Designer, the Project Manager, Client and their representatives, other consultants and all stakeholders will work closely together to foster a highly collaborative culture. The culture will embody the principles of mutual trust and co-operation with an overall aim of delivering outcomes specified in the Project Brief and consequently a successful project on time and to budget.
Assist with the creation and maintenance of relevant project tools, project directory, responsibilities matrices, risk registers, project execution plan, stakeholder mapping, change control procedures, master project programme etc.
Assist with the development of a phasing strategy, if required.
Provide cashflow/ draw down schedules for all RIBA Stages/month end against the agreed programme and agree with the Project Manager.
Where the Client has indicated the possibility of a change to the agreed brief during the design phase, inform the Client of the cost and programme implications and obtain the Client's instructions. Carry out any redesign work as instructed by the Project Manager.
With the other members of the Project Team, consider the most suitable options for the procurement of the Works, make recommendations to the Client.
With the other consultants, advise the Project Manager of the cost and programme effects of any subsequent design changes.
To bid please visit the Lot specific link below;
Lot 1 - https://ukri.delta-esourcing.com/respond/UQAZMN2VQN
Lot 2 - https://ukri.delta-esourcing.com/respond/H6R2WVBP4Z
Lot 3 - https://ukri.delta-esourcing.com/respond/49Q3VBRBUX
Lot 4 - https://ukri.delta-esourcing.com/respond/N2G5263X7V
Lot 5 - https://ukri.delta-esourcing.com/respond/A796WQZFS3
Lot 6 - https://ukri.delta-esourcing.com/respond/W45VAS96TB
Lot value (estimated)
- £1,425,000 including VAT
Contract dates (estimated)
- 4 August 2025 to 4 August 2027
- Possible extension to 4 August 2029
- 4 years, 1 day
Description of possible extension:
an optional 3rd and 4th year, released individually.
CPV classifications
- 71311100 - Civil engineering support services
Contract locations
- UKJ14 - Oxfordshire
Lot 6. Lot 6 Mechanical, Electrical and Public Health
Description
The MEPH Consultant shall provide a monthly progress and status report throughout all stages. As a minimum this will include progress, information required, decisions taken, documentation reviewed, documentation issued.
The MEPH consultant along with the Lead Consultant, the Project Manager, Client and their representatives, other consultants and all stakeholders will work closely together to foster a highly collaborative culture. The culture will embody the principles of mutual trust and co-operation with an overall aim of delivering outcomes specified in the 'Strategic Outline Case' and consequently a successful project on time and to budget.
Comply with and maintain project management procedures, hierarchy of responsibility and lines of communication for the exchange of information between the Client and respective Consultants, Contractor, sub-contractors, and others concerned in the project to allow them to work closely as a team. This will include producing or inputting into common documentations maintained by the Project Manager such as risk registers, CDM compliance trackers, Building Regulations trackers, RFIs, Early warnings and any other trackers deemed necessary to manage the projects design, compliance and risks.
Participate in the operation of an Early Warning system whereby the Project Manager shall notify all others as soon as the Project Manager is aware of a matter adversely affecting the Project or its own performance.
To bid please visit the Lot specific link below;
Lot 1 - https://ukri.delta-esourcing.com/respond/UQAZMN2VQN
Lot 2 - https://ukri.delta-esourcing.com/respond/H6R2WVBP4Z
Lot 3 - https://ukri.delta-esourcing.com/respond/49Q3VBRBUX
Lot 4 - https://ukri.delta-esourcing.com/respond/N2G5263X7V
Lot 5 - https://ukri.delta-esourcing.com/respond/A796WQZFS3
Lot 6 - https://ukri.delta-esourcing.com/respond/W45VAS96TB
Lot value (estimated)
- £1,425,000 including VAT
Contract dates (estimated)
- 4 August 2025 to 4 August 2027
- Possible extension to 4 August 2029
- 4 years, 1 day
Description of possible extension:
an optional 3rd and 4th year, released individually.
CPV classifications
- 71334000 - Mechanical and electrical engineering services
Contract locations
- UKJ14 - Oxfordshire
Lot 7. Lot 7 Sustainability and Carbon
Description
Advise the Client as to the need for any specialist consultants in relation to health or safety. Provide cashflow/ draw down schedules for all RIBA Stages/ month end against the agreed programme and agree with the Project Manager. Take account of, and incorporate where applicable, the ESMAPS and SHE Codes produced by STFC that describe the required health and safety standards for our estate. Take account of, and incorporate where applicable, the fire safety regulations and statutory processes described in the Building Safety Act 2022. Operate a quality management system that follows the guidance set out in ISO 9001. Operate an environmental management system that follows the guidance set out in ISO 14001.
To bid please visit the Lot specific link below;
Lot 1 - https://ukri.delta-esourcing.com/respond/UQAZMN2VQN
Lot 2 - https://ukri.delta-esourcing.com/respond/H6R2WVBP4Z
Lot 3 - https://ukri.delta-esourcing.com/respond/49Q3VBRBUX
Lot 4 - https://ukri.delta-esourcing.com/respond/N2G5263X7V
Lot 5 - https://ukri.delta-esourcing.com/respond/A796WQZFS3
Lot 6 - https://ukri.delta-esourcing.com/respond/W45VAS96TB
Lot value (estimated)
- £1,425,000 including VAT
Contract dates (estimated)
- 4 August 2025 to 4 August 2027
- Possible extension to 4 August 2029
- 4 years, 1 day
Description of possible extension:
optional 3rd and 4th year, released individually.
CPV classifications
- 71313400 - Environmental impact assessment for construction
Contract locations
- UKJ14 - Oxfordshire
Lot 8. Lot 8 NEC Supervisor
Description
Where internal STFC Clerk of Works (CoW) support is in place: Lead inspections and reporting, with CoW attending for additional discipline or Estates assurance.
Coordinate sharing of witnessing schedules and site access logistics.
Agree a unified defects list at handover and during the defect correction period.
Ensure that all inspection activities are clearly distinguished by role (e.g. NEC vs. Estates client duties) and follow contract communication protocols.
CoW observations may support Supervisor reporting but do not replace the formal inspection or notification procedures defined under the NEC contract.
Provide timely updates to the Project Manager to ensure the health of the quality on the project is clearly understood. Ensure this is reported to the Client by contributing to the monthly progress meeting reports.
To bid please visit the Lot specific link below;
Lot 1 - https://ukri.delta-esourcing.com/respond/UQAZMN2VQN
Lot 2 - https://ukri.delta-esourcing.com/respond/H6R2WVBP4Z
Lot 3 - https://ukri.delta-esourcing.com/respond/49Q3VBRBUX
Lot 4 - https://ukri.delta-esourcing.com/respond/N2G5263X7V
Lot 5 - https://ukri.delta-esourcing.com/respond/A796WQZFS3
Lot 6 - https://ukri.delta-esourcing.com/respond/W45VAS96TB
Lot value (estimated)
- £1,425,000 including VAT
Contract dates (estimated)
- 4 August 2025 to 4 August 2027
- Possible extension to 4 August 2029
- 4 years, 1 day
Description of possible extension:
optional 3rd and 4th year, released individually.
CPV classifications
- 71520000 - Construction supervision services
Contract locations
- UKJ14 - Oxfordshire
Participation
Particular suitability
Lot 1. Lot 1 Project & Programme Management
Lot 2. Lot 2 Cost Management/Quantity Surveying
Lot 3. Lot 3 Lead Designer BSA PD & CDM PD
Lot 4. Lot 4 Architectural
Lot 5. Lot 5 Civil and Structural
Lot 6. Lot 6 Mechanical, Electrical and Public Health
Lot 7. Lot 7 Sustainability and Carbon
Lot 8. Lot 8 NEC Supervisor
Small and medium-sized enterprises (SME)
Submission
Tender submission deadline
12 June 2025, 3:00pm
Submission address and any special instructions
Lot 1 - https://ukri.delta-esourcing.com/respond/UQAZMN2VQN
Lot 2 - https://ukri.delta-esourcing.com/respond/H6R2WVBP4Z
Lot 3 - https://ukri.delta-esourcing.com/respond/49Q3VBRBUX
Lot 4 - https://ukri.delta-esourcing.com/respond/N2G5263X7V
Lot 5 - https://ukri.delta-esourcing.com/respond/A796WQZFS3
Lot 6 - https://ukri.delta-esourcing.com/respond/W45VAS96TB
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
11 July 2025
Award criteria
Name | Description | Type | Weighting |
---|---|---|---|
Criterion 2 | Long criteria description |
Quality | 70% |
Criterion 1 | Long criteria description |
Price | 30% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
UK Research and Innovation
- Public Procurement Organisation Number: PDQJ-7126-JDHG
Polaris House, North Star Avenue
Swindon
SN2 2FL
United Kingdom
Telephone: +44 1793442000
Email: STFCprocurement@ukri.org
Region: UKK14 - Swindon
Organisation type: Public authority - sub-central government