Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Technical Operation of the National Space Propulsion Test Facility

  • First published: 28 April 2022
  • Last modified: 28 April 2022
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
UK Space Agency
Authority ID:
AA65950
Publication date:
28 April 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The UK Space Agency has a requirement to test customer engines using the NSPTF in a timely manner. Therefore, ensuring the test facilities are ready and available to perform testing of engines and propulsion systems for customers to the NSPTF, and to support ensuring the continuing testing of hardware in the event of a facility breakdown.

The facility incorporates a range of testing hardware. The service provider will provide the test cells for the facility, from small thrust engine testing (1N+) up to medium thrust testing (up to 1500N). The latter test chamber will have new equipment (vacuum generating plant, common vacuum manifold, plume intercooler, vacuum chamber etc), owned by the UK Space Agency, that will be operated and maintained by service provider.

Provide technical support for facility operations and enter into a technical support contract for running the facility with UKSA. This will include responsibility for all safety aspects in national facility operations and to support ensuring the continuing testing of hardware in the event of a facility breakdown.

Provide cost estimates for customers through liaison with the brokers (STFC).

The requirement is to:

• Manage the operation of the NSPTF, supplying the personnel to operate the plant and to ensure that the maintenance, calibration and spares plans are in place.

• Procure any consumables to support the operation of the NSPTF.

• Management and storage of critical spares to support the aim.

• To permit use of service provider test facilities (J3 test cell, mini-HATFA, HATFA) as part of the national facility and management of customers and third party users while on the site.

• Provide the resources to run the testing of customer engines.

• Demonstrate that compliance and strict governance is applied to Statutory and Regulatory requirements (including Health and Safety)

• Maintain a sensible Health and Safety schedule, audited in an appropriate manner.

• Handle customer's data securely

• Provision of relevant insurance cover for activities.

• Notification of issues to UKSA in line with notification protocol.

• Liaison with the landlord for all landlord provided services (eg water, electrical supply etc)

• Provide quarterly reports of use of the facility to the steering board and provide inputs into annual budgets definition for future running of the facility.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

UK Space Agency

Polaris House, North Star Avenue

SWINDON

SN2 1SF

UK

E-mail: research.tenders@uksbs.co.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-business-energy-and-industrial-strategy

Address of the buyer profile: www.BEIS.gov.uk/ukspaceagency

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: UK Space Propulsion Testing

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Technical Operation of the National Space Propulsion Test Facility

Reference number: PR18132

II.1.2) Main CPV code

50800000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The UK Space Agency has a requirement to test customer engines using the NSPTF in a timely manner. Therefore, ensuring the test facilities are ready and available to perform testing of engines and propulsion systems for customers to the NSPTF, and to support ensuring the continuing testing of hardware in the event of a facility breakdown.

The facility incorporates a range of testing hardware. The service provider will provide the test cells for the facility, from small thrust engine testing (1N+) up to medium thrust testing (up to 1500N). The latter test chamber will have new equipment (vacuum generating plant, common vacuum manifold, plume intercooler, vacuum chamber etc), owned by the UK Space Agency, that will be operated and maintained by service provider.

Provide technical support for facility operations and enter into a technical support contract for running the facility with UKSA. This will include responsibility for all safety aspects in national facility operations and to support ensuring the continuing testing of hardware in the event of a facility breakdown.

Provide cost estimates for customers through liaison with the brokers (STFC).

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 1 309 125.00  GBP

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Westcott Venture Park, Westcott, Aylesbury. Buckinghamshire, HP18 0XB, England

II.2.4) Description of the procurement

The UK Space Agency has a requirement to test customer engines using the NSPTF in a timely manner. Therefore, ensuring the test facilities are ready and available to perform testing of engines and propulsion systems for customers to the NSPTF, and to support ensuring the continuing testing of hardware in the event of a facility breakdown.

The facility incorporates a range of testing hardware. The service provider will provide the test cells for the facility, from small thrust engine testing (1N+) up to medium thrust testing (up to 1500N). The latter test chamber will have new equipment (vacuum generating plant, common vacuum manifold, plume intercooler, vacuum chamber etc), owned by the UK Space Agency, that will be operated and maintained by service provider.

Provide technical support for facility operations and enter into a technical support contract for running the facility with UKSA. This will include responsibility for all safety aspects in national facility operations and to support ensuring the continuing testing of hardware in the event of a facility breakdown.

Provide cost estimates for customers through liaison with the brokers (STFC).

The requirement is to:

• Manage the operation of the NSPTF, supplying the personnel to operate the plant and to ensure that the maintenance, calibration and spares plans are in place.

• Procure any consumables to support the operation of the NSPTF.

• Management and storage of critical spares to support the aim.

• To permit use of service provider test facilities (J3 test cell, mini-HATFA, HATFA) as part of the national facility and management of customers and third party users while on the site.

• Provide the resources to run the testing of customer engines.

• Demonstrate that compliance and strict governance is applied to Statutory and Regulatory requirements (including Health and Safety)

• Maintain a sensible Health and Safety schedule, audited in an appropriate manner.

• Handle customer's data securely

• Provision of relevant insurance cover for activities.

• Notification of issues to UKSA in line with notification protocol.

• Liaison with the landlord for all landlord provided services (eg water, electrical supply etc)

• Provide quarterly reports of use of the facility to the steering board and provide inputs into annual budgets definition for future running of the facility.

II.2.5) Award criteria

Price

II.2.11) Information about options

Options: Yes

Description of options:

The contract duration will be for a year on a 1+1+1+1+1 basis (maximum 5 years)

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Award of a contract without prior publication of a call for competition

Justification for selected award procedure:

The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

Explanation

The Westcott facility and Nammo are the only location and supplier that can provide this service and therefore the authority are justified in awarding in accordance with regulation 32(5)(b).

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

Section V: Award of contract

Contract No: PR18132

Title: Technical Operation of the National Space Propulsion Test Facility

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

06/04/2022

V.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

Nammo (U.K.) Limited

Westcott Venture Park, Westcott

Aylesbury

HP18 0XB

UK

NUTS: UKJ

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 1 309 125.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The UK has key expertise and facilities in industry and academia relating to both chemical and electric propulsion / testing. The lack of investment in current UK facilities means that they are not suitable to the new demands, with the result that UK

engines have to be tested abroad at greater expense.

The proposed National Space Propulsion Test Facility will incorporate a vacuum pumping facility, to simulate the vacuum of space to test propulsion systems, by drawing sea level ambient pressure

from the platform that a propulsion system will be tested. The UK Space Agency have identified Westcott Venture Park, with the existing testing facilities of NAMMO Westcott Ltd, as the only area such a facility can be best achieved.

The Westcott Venture Park is the UK's only chemical rocket test and development site. It has been in operation as such since 1946 and has been developing, manufacturing and testing rockets for space applications, primarily satellites, since the mid-1980s.

Having explored the possibility of a National Propulsion centre being set up in areas other than the Westcott facility, no viable alternative site has been identified. There is no other comparable location to Westcott, with a suitably skilled workforce located in the UK. Moreover, NAMMO Westcott Ltd has invested in Westcott facility and they would allow companies and Universities to access their facility, which may not occur elsewhere. The vast majority of the operating time will be setting up and firing of the

tested engines, less than 20% of the time will be to operate the vacuum pump assembly being built by the UK Space Agency, with ESA expertise, to be attached to the test rig (giving the simulated experience of the vacuum of space). Therefore, while NAMMO staff operate their equipment to test the engine, their staff will be best placed to continue to operate the vacuum pump before firing any tested engine.

VI.4) Procedures for review

VI.4.1) Review body

UK Shared Business Services Limited

Polaris House, North Star Avenue

Swindon

SN2 1FF

UK

E-mail: policy@uksbs.co.uk

Internet address(es)

URL: www.uksbs.co.uk

VI.4.2) Body responsible for mediation procedures

UK Shared Business Services Limited

Polaris House, North Star Avenue

Swindon

SN2 1FF

UK

E-mail: policy@uksbs.co.uk

Internet address(es)

URL: www.uksbs.co.uk

VI.4.4) Service from which information about the review procedure may be obtained

UK Shared Business Services Limited

Polaris House, North Star Avenue

Swindon

SN2 1FF

UK

E-mail: policy@uksbs.co.uk

Internet address(es)

URL: www.uksbs.co.uk

VI.5) Date of dispatch of this notice

27/04/2022

Coding

Commodity categories

ID Title Parent category
50800000 Miscellaneous repair and maintenance services Repair and maintenance services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
research.tenders@uksbs.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.