Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue, Swindon
Swindon
SN2 1FL
Contact
STFC Procurement
Telephone
+44 1235446553
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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 and Innovation
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UKRI-2253 R80 Tower Decommissioning and Adiabatic Cooler Design and Build
Reference number
UKRI-2253
two.1.2) Main CPV code
- 45331230 - Installation work of cooling equipment
two.1.3) Type of contract
Works
two.1.4) Short description
UKRI wishes to establish a Contract for the provision of R80 Tower Decommissioning and Adiabatic Cooler Design and Build. The estimated value of this opportunity is £1,000,000 - £2,000,000. The scope includes management and delivery of design and construction services for the R80 Chilled water and process systems at the site address Rutherford Appleton Laboratory, Harwell, Oxford, Didcot OX11 0QX.
The Contractor is required to act as a design and build contractor and will be responsible for all civil, mechanical, electrical construction; installation and commissioning within the CDM Works area.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 42500000 - Cooling and ventilation equipment
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 Contractor is required to act as a design and build contractor and will be responsible for all civil, mechanical, electrical construction; installation and commissioning of the following – but not limited to - within the CDM Works area (i.e., The R80 roof area) and in accordance with the Completion Dates (See Provisional Programme within Appendix D - Project Brief).
- 8 No New Adiabatic coolers (AC’s).
- Connecting pipework and fittings to and the new AC’s within the CDM Works Area.
- All types of valves (isolation, regulating, non-return either manual or actuated).
- Commissioning sets and pressure reducing valves.
- Testing and drainage points.
- Basket and other Filters.
- All steel support work for the Adiabatic Coolers.
- All pipework supports.
- All local electrical power and signal cabling with cable trays etc and supports.
- All necessary civil surveying /setting out work.
The Contractor will be entirely responsible for organising the decommissioning and removal of the existing Balticare Cooling Towers within the CDM Works Area.
Background
The ISIS Neutron and Muon Source is a world-leading centre for research at the STFC Rutherford Appleton Laboratory near Oxford. The R80 facility houses the Second Target Station (TS2) and its associated neutron beamlines. At the end of each beam line is an instrument hut complete with research instrumentation all of which require a source of suitably graded cold demineralised water. The Demin cooling water used to cool the target is provided by a ‘closed loop’ circuit with the duty/standby pump arrangement; two Plate Heat Exchangers (PHExs) and associated controls situated within the Level 2 West Plant Area T222. Likewise, the instrument water is fed from a similar set up situated within the Level 2 West Plant Area T220 on the same storey. A source of cooling is also necessary for the focusing magnets and associated power supplies along the main proton beamline that leads to TS2 - known as the Extract Proton Beamline 2 or EPB2. The R6 Plant link room – situated in the corridor that links the R6 facility to R80 – houses the EPB2 Magnet Demin cooling water system and a separate power supplies Demin circuit. All the above ‘closed loop’ water circuits contain a ‘coarse’ grade cooling PHEx that uses the process water (PW) and a PHEx fed with chilled water (CHW) used to ‘trim’ each circuit Demin to the required Semin water supply temperature.
Currently the process water circuit is a ‘closed circuit’ system comprising of 5 No Balticare (BAC) VX1-180-4+XB towers each rated at 800 kW. These towers are located on the R80 4th floor roof. Adjacent to the roof area leading to the first two towers is the R80 Chilled Water Plant room (Level 4 West plant room T410) which houses both the duty/standby process water pumps and 3 No TRANE 850 kW R134a charged RTHD C2 D5 E4 Chillers which are water cooled using the PW. Flow is maintained through the packaged chillers and primary loop header system by duty/standby chilled water pumps located within the Level 2 West plan room T222 together with the target circuit. Besides providing cooling to the different CHW PHExs mentioned above the chilled water system also provides substantial space cooling via Fan Coil Units (FCUs) situated in the R80 office; laboratories; server and control rooms.
The water circuits were originally designed and installed by HADEN-YOUNG during the original construction phase of the R80 facility in 2006.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
32
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
Additional information: We strongly recommend that you attend the Site Tour in order to gain complete clarity of our requirements. Please follow the instructions within the ITT.
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
30 September 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
30 September 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
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/5YQ64BANP4
GO Reference: GO-2022815-PRO-20792681
six.4) Procedures for review
six.4.1) Review body
UK Research and Innovation
Swindon
Country
United Kingdom