Opportunity

Engineering Delivery Framework - Science Estate

  • Department for Environment Food and Rural Affairs (Defra)

F02: Contract notice

Notice reference: 2021/S 000-027264

Published 29 October 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Department for Environment Food and Rural Affairs (Defra)

17 Nobel House

London

SW1P 3JR

Email

dawn.donaldson@defra.gov.uk

Telephone

+44 2082258755

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Buyer's address

https://defra.bravosolution.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://defra.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://defra.bravosolution.co.uk

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://defra.bravosolution.co.uk

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Engineering Delivery Framework - Science Estate

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The Authority is looking to procure Design, Build, Installation, Commissioning and Handover Services for works on the APHA Science Estate. This includes the estate at Weybridge, as well as the Regional Labs at Starcross, Camarthen, Penrith, Newcastle, Shrewsbury, Bury St Edmonds, Sutton Bonnington and any other similar Authority facilities.

In order that Defra deliver a challenging capital investment plan over the next 4 years, the Authority is looking to place a framework contract to cover these services. It is intended that these will be broken down into Seven (7) Lots. including, Works in Containment Facilities, General Accommodation works, Site Infrastructure Works, Security Systems, Biowaste Effluent Treatment System, Multiple Discipline Design Services and Professional Services.

Please note that this notice does not commit the Authority to issuing a tender and/or awarding a contract.

two.1.5) Estimated total value

Value excluding VAT: £600,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Works in containment facilities

Lot No

1

two.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 71320000 - Engineering design services
  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1 includes the full project life cycle including design, build, installation and refurbishments inside the containment laboratory environment. Projects will require a high standard of general design management including all design disciplines; due to the nature of the technical requirements they are likely to be MEP biased with supporting works such as builders work, air flow analysis and rectification, Building Management Systems (BMS), containment sealability assessment and rectification, provisions of appropriate fixtures and fittings etc. as required to support the MEP works. A key component of Lot 1 will be capability to design, install and commission containment laboratories and associated support facilities. Containment levels will vary from CL2, CL3 SAPO3 and SAPO4 and a combination thereof.

Providers will have substantial proven experience of working within a high containment laboratory industry. It is anticipated that the majority of works required will be in SAPO3/ACDP3 environments but there will also be works required up to ACDP3/SAPO4. Providers will need to demonstrate capability to provide services through a supply chain, including project management. In all cases however, if work is awarded under this lot, it is the responsibility of the provider to manage the supply chain, even if the provider chooses to use providers from other lots. Suppliers will take full responsibility for all sub-contractors and act as principal designer & principal contractor under the CDM Regulations, unless otherwise notified.

The works undertaken within Lot 1 will be subject to all appropriate UK Regulations, British Standards and should always meet industry good practice. Design and installations should also align with other DEFRA targets such as BIM integration and Net-Carbon Zero Targets.

Works are likely to include the following.

• Upgrades and redesign to existing facilities.

• Design, build and installation of temporary modular laboratory facilities

• New connections, disconnections, and diversion of utilities.

• General & specialist building and laboratory services systems such as:

o Specialist piped gases.

o Fumigation systems.

o Cage washes.

o Autoclaves.

o Microbiological Safety Cabinets.

o Building Management/Controls Systems.

o Others.

• Delivery of fully commissioned and documented facilities.

• Working in or within proximity of existing occupied buildings, sites etc.

• Existing and new construction.

• Equipment integration services.

• Design management with specialist design management capability.

• Stakeholder management / approvals in accordance with DEFRA Rules and Standards.

• Others

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The highest scoring suppliers from the SQ will be invited to tender

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) Description

two.2.1) Title

General Accommodation Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45213250 - Construction work for industrial buildings
  • 45451000 - Decoration work
  • 71242000 - Project and design preparation, estimation of costs

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2 covers the full project life cycle including design, build and installation works on DEFRA sites, outside containment or in buildings that do not have containment. Projects will require a high standard of general design management including all design disciplines. Projects will comprise of carrying out surveys, minor alterations, fabric repairs, redecoration, refurbishments, and new buildings in unoccupied and occupied buildings. There may also be a requirement to perform demolitions, asbestos removal, enabling works, infrastructure and building clearances under this lot.

Providers will have experience of working within a campus environment supporting critical facilities and undertaking works within an operational safety critical environment.

The providers will have a capability to provide services through a supply chain, including general contractor and design management. In all cases however, if work is awarded under this lot, it is the responsibility of the provider to manage the supply chain, even if the provider chooses to use providers from other lots. You will take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.

Works are likely to include the following;

• Management of works;

• Security, Safety and Protection;

• Temporary works;

• New connections, disconnections and diversion of utilities;

• General & specialist building services;

• Working in existing occupied buildings, sites etc.;

• Existing and new construction;

• Coordination of Fixtures, Fittings & Equipment (FFE);

• Design management with specialist design management capability;

• Stakeholder management / approvals in accordance with DEFRA Rules and Standards;

• Others.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The highest scoring suppliers from the SQ will be invited to tender

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) Description

two.2.1) Title

Site Infrastructure Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 45213250 - Construction work for industrial buildings
  • 45214610 - Laboratory building construction work
  • 45451000 - Decoration work
  • 71242000 - Project and design preparation, estimation of costs

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3 covers the full project life cycle including design, build and installation works on DEFRA sites and relate to civil engineering and infrastructure works to support building projects. Projects will require a high standard of general design management including all design disciplines. Works include new geotechnical surveys, earthworks, site preparation, water, gas, telecom, electricity utilities, other below ground services, onsite roads, pavements, hard landscaping, retaining structures, foul and storm water drainage and other associated infrastructure to support developments and are typically will include the following building types. There may also be a requirement to perform demolitions, asbestos removal, enabling works, infrastructure and building clearances under this lot.

Providers will have experience of working within a campus environment supporting critical facilities and undertaking works within an operational safety critical environment.

The providers will have a capability to provide services through a supply chain, including general contractor and design management. In all cases, however, if work is awarded under this lot, it is the responsibility of the provider to manage the supply chain, even if the provider chooses to use providers from other lots. You will take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.

Works are likely to include the following;

• Management of civil engineering works;

• Security, safety and protection;

• Ground surveys;

• Demolitions;

• Earthworks;

• Site preparation;

• Temporary works;

• New connections, disconnections and diversion of utilities (including high & low voltage electricity, gas, water, telecoms etc);

• Below ground foul and storm water drainage systems;

• Retaining structures;

• New roads and pavement and other hard landscaping;

• Stakeholder management / approvals in accordance with DEFRA Rules and Standards;

• Others.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The highest scoring suppliers from the SQ will be invited to tender

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) Description

two.2.1) Title

Security Systems

Lot No

4

two.2.2) Additional CPV code(s)

  • 35125300 - Security cameras
  • 45222300 - Engineering work for security installations
  • 50610000 - Repair and maintenance services of security equipment
  • 92222000 - Closed circuit television services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4 covers the full project life cycle for active security on sites and within buildings including laboratory / animal facilities. It will be important for the successful bidder to be able to demonstrate experience in integrating different systems/components into a common reporting and management system if the technology is different than currently in operation. Passive infrastructure is likely to be limited and will be mainly undertaken by contractors under Lot 1 and Lot 2. Therefore, there is likely to be collaborative working arrangements between these lots.

The existing CCTV and security systems employed throughout the Weybridge site are as follows:

• CCTV - Pelco;

• Security - Hi-Sec (obsolete equipment) and Plan (new equipment).

There is no requirement to deploy the same equipment, but any new devices or systems must interoperate and form part of a single security view on site activity.

For works in containment facilities the successful bidder will be required to comply with the same obligations as entering any containment facility. If required, they may need a supply chain containing containment experienced suppliers, or they can access the containment providers under Lot 1 of this framework.

The successful bidders bidding for Lot 4 will be required to demonstrate prior experience of working within a campus environment supporting critical facilities and undertaking works within an operational environment. The successful bidders will need to demonstrate proven capability to provide services through a supply chain, including design and management. Further to this the successful bidders will need to demonstrate previous design, installation, and commissioning experience, along with design and management within a NEC contract

In all cases however, if work is awarded under this lot, it is the responsibility of the successful bidder to manage the supply chain, even if the successful bidder chooses to use providers from other lots. The successful bidder would take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.

Due to the specialist nature of security systems all works let under Lot 4 will be for both design and installation services. Typical installations may include the following:

• CCTV camera systems;

• Perimeter intrusion detection systems;

• Intrusion detection systems;

• Visitor entry;

• Access control;

• Security lighting;

• Tracking systems;

• Acoustic detection systems;

• Control rooms;

• Others.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The highest scoring suppliers from the SQ will be invited to tender

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) Description

two.2.1) Title

Biowaste Effluent Treatment System

Lot No

5

two.2.2) Additional CPV code(s)

  • 44163112 - Drainage system
  • 45232452 - Drainage works

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex

two.2.4) Description of the procurement

Lot 5 includes the full project life cycle including design, build and installation of effluent treatment systems to serve the bio-containment environment. Projects will require a high standard of design management. A key component of Lot 5 will be the capability to design, install, commission and then validate the newly installed/modified equipment. Systems are expected to treat up to CL3 and SAPO4 liquid waste and integrate with the primary containment barrier.

Providers will have substantial proven experience of working on and delivering Effluent Treatment Plants that serve high-level containment environments.

Biowaste effluent decontamination systems should be designed to meet all appropriate standards and regulations. The system should be fully automated, and once operation has been started there should be no user contact with the system unless for routine maintenance. The effluent decontamination system should consider the following, but not limited too:

• The contractor will be responsible for performing appropriate process safety assessments at suitable stages of the projects. (such as HAZOPs/SWIFTS/other assessments as necessary in establishment of SIL ratings and other analysis as required under BS EN 61511 where they create or change a safety function). The providers will be required to demonstrate suitable knowledge, qualification and experience of such procedures.

• Effluent sterilisation with adjustable temperature up to 96 degrees C or if applicable up to 150 degrees C;

• Consider chemical inactivation if appropriate.

• PLC-controlled to provide automatic operation and monitoring of the entire system, including data logs; alarms, and sensor information. Touchscreen control panel mounted directly to the unit, or remotely, depending upon client needs;

• Provided with suitable and effective Clean-in-Place;

• Provided with suitable and effective Steam in place

• Leak detection system: alarms and visual controls;

• Alarms for valve positioning, sensors, temperature, pressure, and liquid levels etc.;

• Recording and trending of treatment data;

• Password-protected operating parameter, set-point control;

• Fail safe system shutdown in case of energy failure;

• Appropriate redundancy where necessary;

• All systems to be fully maintainable;

• Connect to BMS to enable alarms to be distributed to the gate house.

• The projects will have FATs (Factory Acceptance Tests) and SATs (Site Acceptance Tests).

• Others.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The highest scoring suppliers from the SQ will be invited to tender

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) Description

two.2.1) Title

Multiple Discipline Design Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 79930000 - Specialty design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This lot will include the provision of multiple discipline design services for construction projects including a wide range of project types such as high containment, non-containment, refurbishment, new buildings, infrastructure, and associated works. The design disciplines include the following, however specialist design services may be requested in addition to these services:

•Design Management;

•Health, Safety and Environmental Design Management;

•Principal Designer;

•Containment / Laboratory Specialist Designer;

•Security Designer;

•Architecture (including Lead Designer);

•Landscape Architecture;

•BIM Digital Information Manager;

•Building Services Engineer (including MEP);

•Structural Engineering;

•Civil Engineering;

•Sustainability Engineer;

•Acoustic Engineering.

•Fire Engineering

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The highest scoring suppliers from the SQ will be invited to tender

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) Description

two.2.1) Title

Professional Services

Lot No

7

two.2.2) Additional CPV code(s)

  • 71311300 - Infrastructure works consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322100 - Quantity surveying services for civil engineering works
  • 71541000 - Construction project management services
  • 79930000 - Specialty design services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The provision of Programme Management, Project Management and Cost Management services for construction projects including a wide range of project types such as containment, non-containment, refurbishment, new buildings, infrastructure, and associated works. The key services that are likely to be required are set out below

Programme/Project Management:

• Developing and documenting Brief;

• Professional Team Procurement, Selection and Appointment;

• Leading the overall project;

• Managing Project KPIs;

• Project administration;

• Programming;

• Contract administration;

• Risk Management;

• Stakeholder Management;

• Manging Client Governance;

• Change management;

• Progress Reporting;

• Finance;

• Value Management;

• Soft Landings;

• Managing Performance of Professional Team

• Managing Performance of Contractors

• Others

Cost Management

• Budget support;

• Benchmarking;

• Budget allocating;

• Value Engineering;

• Monthly Cost Reports;

• Managing overall client cost plan;

• Tendering and evaluation;

• Cost Estimating;

• Valuations;

• Cash flow forecasting;

• Final accounts;

• Post Contract financial support

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 8

Objective criteria for choosing the limited number of candidates:

The highest scoring suppliers from the SQ will be invited to tender

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


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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Key Performance Indicators


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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 several operators

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

3 December 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

28 February 2022

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: 6 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Royal Court of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom