Tender

UKRI-3274 Professional Services for the Design, Project Management and Cost Management of HV/LV Infrastructure Project Works

  • UK Research and Innovation

F02: Contract notice

Notice identifier: 2023/S 000-028232

Procurement identifier (OCID): ocds-h6vhtk-04037e

Published 25 September 2023, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 2FL

Email

STFCprocurement@ukri.org

Telephone

+44 1793442000

Country

United Kingdom

Region code

UKK14 - Swindon

Internet address(es)

Main address

www.ukri.org

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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:-Calculation-of-costs%2C-monitoring-of-costs./9T5BY2YBUU

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-3274 Professional Services for the Design, Project Management and Cost Management of HV/LV Infrastructure Project Works

Reference number

UKRI-3274

two.1.2) Main CPV code

  • 71244000 - Calculation of costs, monitoring of costs

two.1.3) Type of contract

Services

two.1.4) Short description

UKRI-STFC Rutherford Appleton Laboratory site has 50 substations with a total demand of 24MW and c. 27km of HV cabling. Some of this infrastructure is original circa 60 years old.

STFC have identified a substantial maintenance backlog list, which forms the focus of the request for the support of a specialist HV/LV Design Consultancy, with large, complexed site Infrastructure design experience. The list is comprised of a large variety of interventions to the electrical infrastructure such as cable overlays for capacity, replacements for service life, and remedial works following faults on the network.

There is a clear need for a long-term infrastructure masterplan to address this deficit. At this time, we understand that planning the maintenance work should be mindful to the need for a masterplan. The supplier is to be capable to design and deliver Infrastructure Master planning especially where we are making significant investment into the existing infrastructure.

two.1.5) Estimated total value

Value excluding VAT: £950,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

The maintenance backlog is currently listed by task (See Appendix D in the tender documents). A critical activity is to initially develop the list into design packages that are appropriate to be delivered on site. For example, multiple tasks in a single building might be appropriate to be delivered as a single design package that is delivered across several phases. Or tasks might remain as single activities.

An in-depth understanding the of the task list, site and priorities is required to allow for development and delivery of the design and construction packages. We propose a ‘Discovery Phase’ to develop this understanding

We are looking to contract with specialist supplier who has Technical, Design, Programming and Project Management capability to deliver the following services to support the implementation of the backlog.

•Programme Management Office

•Project Management

•Contract Procurement and Contract Administration

•Cost Management

•Electrical Design

•Civil Design

Other services that may be required, and can also be provided by the supplier include:

•Architecture, and Infrastructure Master planning – for example, if new substations are required.

•Landscape and Ecology – to support with any planning applications should they be required.

•Fire Engineering – If permanent or temporary changes are required to the fire strategy because of the works.

These works are across a complexed portfolio of buildings including laboratories, workshops, offices, support facilities, assembly halls etc.

This appointment will be up to a 4-year period, On a 2+1+1 Term. Over the next 4 years, we have been granted funding to address the maintenance backlog which, is circa £2-3 million pa.

The core requirement of the Discovery Phase is estimated of up to £100,000.00 GBP ex VAT. Any work via this Contract beyond the core requirement shall be a ‘call-off’, meaning that there is no guaranteed level of spend beyond the core requirement. Once a Contract is established with a preferred Bidder orders shall be made when UKRI identify the need UKRI shall request a quote from the supplier. If UKRI wish to proceed, a PO will be issued for the defined project/requirement. Multiple Orders may be issued throughout the Contract duration and up to the maximum Contract value. The anticipated fee for these works across the full potential 4-year terms is £950,000.00

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: £950,000

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: Yes

Description of options

The option of extending the contract to a 3rd and 4th year, released indivdually.

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 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

1 November 2023

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

1 November 2023

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:

https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Calculation-of-costs%2C-monitoring-of-costs./9T5BY2YBUU" target="_blank">https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Calculation-of-costs%2C-monitoring-of-costs./9T5BY2YBUU

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/9T5BY2YBUU" target="_blank">https://ukri.delta-esourcing.com/respond/9T5BY2YBUU

GO Reference: GO-2023925-PRO-24043021

six.4) Procedures for review

six.4.1) Review body

UK Research & Innovation

Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell

Oxford

OX11 0QX

Telephone

+44 1235446553

Country

United Kingdom