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