Section one: Contracting authority
one.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 2FL
Telephone
+44 1793442000
Country
United Kingdom
Region code
UKK14 - Swindon
Internet address(es)
Main address
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
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