Contract notice
Section I: Contracting
authority
I.1) Name and addresses
UK Research & Innovation
PDQJ-7126-JDHG
Polaris House, North Star Avenue
Swindon
SN2 1FL
UK
Contact person: Commercial
Telephone: +44 1793442000
E-mail: nercprocurement@ukri.org
NUTS: UKK14
Internet address(es)
Main address: www.nerc.org
Address of the buyer profile: www.ukri.org
I.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:-Health-and-safety-services./Q74N4PJ8G3
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Health-and-safety-services./Q74N4PJ8G3
Tenders or requests to participate must be sent to the abovementioned 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://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Health-and-safety-services./Q74N4PJ8G3
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Research
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
UKRI-4763 NERC - Aircraft Operations Safety Case Development for British Antarctic Survey and FAAM Airborne Laboratory
Reference number: UKRI-4763
II.1.2) Main CPV code
71317200
II.1.3) Type of contract
Services
II.1.4) Short description
UKRI is seeking to appoint a supplier to provide Aircraft Operations Safety Case Development for the British Antarctic Survey and FAAM Airborne Laboratory with defined timescales for clearly outlined deliverables.
This procurement will result in appointing a supplier via a contract for external aviation safety expertise to:
•to assist in authoring fully developed aircraft operations safety cases for UK Research and Innovation (UKRI) owned aircraft and all science equipment carried on board, and;
•to develop safety case processes and supporting procedures to enable further subsequent development and review in-house.
UKRI owned aircraft are as below.
British Antarctic Survey (BAS)
•one De-Havilland Canada (DCH) DASH 7;
•four DHC Twin Otters (DHC 6-300); and
•one future replacement aircraft De-Havilland Canada DASH 8.
Facility for Airborne Atmospheric Measurements (FAAM):
•one BAE 146-301.
The aircraft operate in non-standard environments, such as low altitude (FAAM) and the Antarctic/Arctic (BAS) and scientific communities a means to conduct cutting edge climate research.
The UKRI Framework Document sets out safety and governance responsibilities with regards to delivery of National Capabilities: FAAM Airborne Laboratory and British Antarctic Survey. To fulfil those responsibilities, the AAP was set up to oversee the management of aviation risk within these air operations. It was agreed that a safety case methodology would be followed, in line with best practice and a Goal Structure Notation (GSN) safety case method was elected. Evidence exists to support these safety cases, though gaps exist.
II.1.5) Estimated total value
Value excluding VAT:
500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71317210
II.2.3) Place of performance
NUTS code:
UKK14
Main site or place of performance:
Swindon
II.2.4) Description of the procurement
UKRI is seeking to appoint a supplier to provide Aircraft Operations Safety Case Development for the British Antarctic Survey and FAAM Airborne Laboratory with defined timescales for clearly outlined deliverables.
This procurement will result in appointing a supplier via a contract for external aviation safety expertise to:
•to assist in authoring fully developed aircraft operations safety cases for UK Research and Innovation (UKRI) owned aircraft and all science equipment carried on board, and;
•to develop safety case processes and supporting procedures to enable further subsequent development and review in-house.
UKRI owned aircraft are as below.
British Antarctic Survey (BAS)
•one De-Havilland Canada (DCH) DASH 7;
•four DHC Twin Otters (DHC 6-300); and
•one future replacement aircraft De-Havilland Canada DASH 8.
Facility for Airborne Atmospheric Measurements (FAAM):
•one BAE 146-301.
The aircraft operate in non-standard environments, such as low altitude (FAAM) and the Antarctic/Arctic (BAS) and scientific communities a means to conduct cutting edge climate research.
The UKRI Framework Document sets out safety and governance responsibilities with regards to delivery of National Capabilities: FAAM Airborne Laboratory and British Antarctic Survey. To fulfil those responsibilities, the AAP was set up to oversee the management of aviation risk within these air operations. It was agreed that a safety case methodology would be followed, in line with best practice and a Goal Structure Notation (GSN) safety case method was elected. Evidence exists to support these safety cases, though gaps exist.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Quality
/ Weighting: 50
Quality criterion: Social Value
/ Weighting: 10
Cost criterion: Price
/ Weighting: 40
II.2.6) Estimated value
Value excluding VAT:
500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Health-and-safety-services./Q74N4PJ8G3
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-011420
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/05/2025
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
16/05/2025
Local time: 14:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.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:-Health-and-safety-services./Q74N4PJ8G3
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/Q74N4PJ8G3
GO Reference: GO-2025416-PRO-30197792
VI.4) Procedures for review
VI.4.1) Review body
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
UK
Telephone: +44 1793442000
Internet address(es)
URL: www.ukri.org
VI.5) Date of dispatch of this notice
16/04/2025