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.

Prior Information Notice

Science Engineering Delivery Framework

  • First published: 22 September 2021
  • Last modified: 22 September 2021

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:
Defra
Authority ID:
AA80762
Publication date:
22 September 2021
Deadline date:
-
Notice type:
Prior Information Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Lot 1 includes the full project life cycle including design, build, installation and refurbishments inside the containment laboratory environment. Projects will require a high standard of general design management including all design disciplines; due to the nature of the technical requirements they are likely to be MEP biased with supporting works such as builders work, air flow analysis and rectification, Building Management Systems (BMS), containment sealability assessment and rectification, provisions of appropriate fixtures and fittings etc. as required to support the MEP works. A key component of Lot 1 will be capability to design, install and commission containment laboratories and associated support facilities. Containment levels will vary from CL2, CL3 SAPO3 and SAPO4 and a combination thereof.

Providers will have substantial proven experience of working within a high containment laboratory industry. It is anticipated that the majority of works required will be in SAPO3/ACDP3 environments but there will also be works required up to ACDP3/SAPO4. Providers will need to demonstrate capability to provide services through a supply chain, including project management. In all cases however, if work is awarded under this lot, it is the responsibility of the provider to manage the supply chain, even if the provider chooses to use providers from other lots. Suppliers will take full responsibility for all sub-contractors and act as principal designer & principal contractor under the CDM Regulations, unless otherwise notified.

The works undertaken within Lot 1 will be subject to all appropriate UK Regulations, British Standards and should always meet industry good practice. Design and installations should also align with other DEFRA targets such as BIM integration and Net-Carbon Zero Targets.

Works are likely to include the following.

• Upgrades and redesign to existing facilities.

• Design, build and installation of temporary modular laboratory facilities

• New connections, disconnections, and diversion of utilities.

• General & specialist building and laboratory services systems such as:

o Specialist piped gases.

o Fumigation systems.

o Cage washes.

o Autoclaves.

o Microbiological Safety Cabinets.

o Building Management/Controls Systems.

o Others.

• Delivery of fully commissioned and documented facilities.

• Working in or within proximity of existing occupied buildings, sites etc.

• Existing and new construction.

• Equipment integration services.

• Design management with specialist design management capability.

• Stakeholder management / approvals in accordance with DEFRA Rules and Standards.

• Others

Full notice text

Prior information notice

This notice is for prior information only

Section I: Contracting authority

I.1) Name and addresses

Defra

17 Nobel House

London

SW1P 3JR

UK

Contact person: Dawn Donaldson

Telephone: +44 2072385921

E-mail: Dawn.Donaldson@defra.gov.uk

NUTS: UK

Internet address(es)

Main address: https://defra.bravosolution.co.uk

Address of the buyer profile: https://defra.bravosolution.co.uk

I.3) Communication

Additional information can be obtained from 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://defra.bravosolution.co.uk


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Science Engineering Delivery Framework

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

The Authority is looking to procure Design, Build, Installation, Commissioning and Handover Services for works on the APHA Science Estate. This includes the estate at Weybridge, as well as the Regional Labs at Starcross, Camarthen, Penrith, Newcastle, Shrewsbury, Bury St Edmonds, Sutton Bonnington and Lasswade and any other similar Authority facilities. This may also include SCAH enabling works.

In order that Defra deliver a challenging capital investment plan over the next 4 years, the Authority is looking to place a framework contract to cover these services. It is intended that these will be broken down into Seven (7) Lots. These lots will include, Containment Environment works, General Accommodation and Site Infrastructure Works, CCTV and Security, Containment Drainage, Containment Expertise, and Project & Site Management Expertise (Client Agent).

Please note that this notice does not commit the Authority to issuing a tender and/or awarding a contract.

II.1.5) Estimated total value

Value excluding VAT: 600 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Maximum number of lots that may be awarded to one tenderer: 7

II.2) Description

Lot No: 1

II.2.1) Title

Works in containment facilities

II.2.2) Additional CPV code(s)

45200000

71320000

71541000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Animal and Plant Health Agency, Woodham Lane, New Haw, Addlestone, Surrey, KT15 3NB

II.2.4) Description of the procurement

Lot 1 includes the full project life cycle including design, build, installation and refurbishments inside the containment laboratory environment. Projects will require a high standard of general design management including all design disciplines; due to the nature of the technical requirements they are likely to be MEP biased with supporting works such as builders work, air flow analysis and rectification, Building Management Systems (BMS), containment sealability assessment and rectification, provisions of appropriate fixtures and fittings etc. as required to support the MEP works. A key component of Lot 1 will be capability to design, install and commission containment laboratories and associated support facilities. Containment levels will vary from CL2, CL3 SAPO3 and SAPO4 and a combination thereof.

Providers will have substantial proven experience of working within a high containment laboratory industry. It is anticipated that the majority of works required will be in SAPO3/ACDP3 environments but there will also be works required up to ACDP3/SAPO4. Providers will need to demonstrate capability to provide services through a supply chain, including project management. In all cases however, if work is awarded under this lot, it is the responsibility of the provider to manage the supply chain, even if the provider chooses to use providers from other lots. Suppliers will take full responsibility for all sub-contractors and act as principal designer & principal contractor under the CDM Regulations, unless otherwise notified.

The works undertaken within Lot 1 will be subject to all appropriate UK Regulations, British Standards and should always meet industry good practice. Design and installations should also align with other DEFRA targets such as BIM integration and Net-Carbon Zero Targets.

Works are likely to include the following.

• Upgrades and redesign to existing facilities.

• Design, build and installation of temporary modular laboratory facilities

• New connections, disconnections, and diversion of utilities.

• General & specialist building and laboratory services systems such as:

o Specialist piped gases.

o Fumigation systems.

o Cage washes.

o Autoclaves.

o Microbiological Safety Cabinets.

o Building Management/Controls Systems.

o Others.

• Delivery of fully commissioned and documented facilities.

• Working in or within proximity of existing occupied buildings, sites etc.

• Existing and new construction.

• Equipment integration services.

• Design management with specialist design management capability.

• Stakeholder management / approvals in accordance with DEFRA Rules and Standards.

• Others

Lot No: 2

II.2.1) Title

General Accommodation Works

II.2.2) Additional CPV code(s)

45000000

45213250

45214610

45451000

71242000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Animal and Plant Health Agency, Woodham Lane, New Haw, Addlestone, Surrey, KT15 3NB

II.2.4) Description of the procurement

Lot 2 covers the full project life cycle including design, build and installation works on DEFRA sites, outside containment or in buildings that do not have containment. Projects will require a high standard of general design management including all design disciplines. Projects will comprise of carrying out surveys, minor alterations, fabric repairs, redecoration, refurbishments, and new buildings in unoccupied and occupied buildings. There may also be a requirement to perform demolitions, asbestos removal, enabling works, infrastructure and building clearances under this lot.

Providers will have experience of working within a campus environment supporting critical facilities and undertaking works within an operational safety critical environment.

The providers will have a capability to provide services through a supply chain, including general contractor and design management. In all cases however, if work is awarded under this lot, it is the responsibility of the provider to manage the supply chain, even if the provider chooses to use providers from other lots. You will take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.

Works are likely to include the following;

• Management of works;

• Security, Safety and Protection;

• Temporary works;

• New connections, disconnections and diversion of utilities;

• General & specialist building services;

• Working in existing occupied buildings, sites etc.;

• Existing and new construction;

• Coordination of Fixtures, Fittings & Equipment (FFE);

• Design management with specialist design management capability;

• Stakeholder management / approvals in accordance with DEFRA Rules and Standards;

• Others.

Lot No: 3

II.2.1) Title

Site Infrastructure Works

II.2.2) Additional CPV code(s)

45000000

45213250

45214610

45451000

71242000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Animal and Plant Health Agency, Woodham Lane, New Haw, Addlestone, Surrey, KT15 3NB

II.2.4) Description of the procurement

Lot 3 covers the full project life cycle including design, build and installation works on DEFRA sites and relate to civil engineering and infrastructure works to support building projects. Projects will require a high standard of general design management including all design disciplines. Works include new geotechnical surveys, earthworks, site preparation, water, gas, telecom, electricity utilities, other below ground services, onsite roads, pavements, hard landscaping, retaining structures, foul and storm water drainage and other associated infrastructure to support developments and are typically will include the following building types. There may also be a requirement to perform demolitions, asbestos removal, enabling works, infrastructure and building clearances under this lot.

Providers will have experience of working within a campus environment supporting critical facilities and undertaking works within an operational safety critical environment.

The providers will have a capability to provide services through a supply chain, including general contractor and design management. In all cases, however, if work is awarded under this lot, it is the responsibility of the provider to manage the supply chain, even if the provider chooses to use providers from other lots. You will take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.

Works are likely to include the following;

• Management of civil engineering works;

• Security, safety and protection;

• Ground surveys;

• Demolitions;

• Earthworks;

• Site preparation;

• Temporary works;

• New connections, disconnections and diversion of utilities (including high & low voltage electricity, gas, water, telecoms etc);

• Below ground foul and storm water drainage systems;

• Retaining structures;

• New roads and pavement and other hard landscaping;

• Stakeholder management / approvals in accordance with DEFRA Rules and Standards;

• Others.

Lot No: 4

II.2.1) Title

Security Systems

II.2.2) Additional CPV code(s)

35125300

45222300

50610000

92222000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Animal and Plant Health Agency (APHA), Woodham Lane, New Haw, Addlestone, Surrey, KT15 3NB

II.2.4) Description of the procurement

Lot 4 covers the full project life cycle for active security on sites and within buildings including laboratory / animal facilities. It will be important for the successful bidder to be able to demonstrate experience in integrating different systems/components into a common reporting and management system if the technology is different than currently in operation. Passive infrastructure is likely to be limited and will be mainly undertaken by contractors under Lot 1 and Lot 2. Therefore, there is likely to be collaborative working arrangements between these lots.

The existing CCTV and security systems employed throughout the Weybridge site are as follows:

• CCTV – Pelco;

• Security – Hi-Sec (obsolete equipment) and Plan (new equipment).

There is no requirement to deploy the same equipment, but any new devices or systems must interoperate and form part of a single security view on site activity.

For works in containment facilities the successful bidder will be required to comply with the same obligations as entering any containment facility. If required, they may need a supply chain containing containment experienced suppliers, or they can access the containment providers under Lot 1 of this framework.

The successful bidders bidding for Lot 4 will be required to demonstrate prior experience of working within a campus environment supporting critical facilities and undertaking works within an operational environment. The successful bidders will need to demonstrate proven capability to provide services through a supply chain, including design and management. Further to this the successful bidders will need to demonstrate previous design, installation, and commissioning experience, along with design and management within a NEC contract

In all cases however, if work is awarded under this lot, it is the responsibility of the successful bidder to manage the supply chain, even if the successful bidder chooses to use providers from other lots. The successful bidder would take full responsibility for all sub-contractors and act as principal contractor under the CDM Regulations, unless otherwise notified.

Due to the specialist nature of security systems all works let under Lot 4 will be for both design and installation services. Typical installations may include the following:

• CCTV camera systems;

• Perimeter intrusion detection systems;

• Intrusion detection systems;

• Visitor entry;

• Access control;

• Security lighting;

• Tracking systems;

• Acoustic detection systems;

• Control rooms;

• Others.

Lot No: 5

II.2.1) Title

Biowaste Effluent Treatment System

II.2.2) Additional CPV code(s)

44163112

45232452

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Animal and Plant Health Agency (APHA), Woodham Lane, New Haw, Addlestone, Surrey, KT15 3NB

II.2.4) Description of the procurement

Lot 5 includes the full project life cycle including design, build and installation of effluent treatment systems to serve the bio-containment environment. Projects will require a high standard of design management. A key component of Lot 5 will be the capability to design, install, commission and then validate the newly installed/modified equipment. Systems are expected to treat up to CL3 and SAPO4 liquid waste and integrate with the primary containment barrier.

Providers will have substantial proven experience of working on and delivering Effluent Treatment Plants that serve high-level containment environments.

Biowaste effluent decontamination systems should be designed to meet all appropriate standards and regulations. The system should be fully automated, and once operation has been started there should be no user contact with the system unless for routine maintenance. The effluent decontamination system should consider the following, but not limited too:

• The contractor will be responsible for performing appropriate process safety assessments at suitable stages of the projects. (such as HAZOPs/SWIFTS/other assessments as necessary in establishment of SIL ratings and other analysis as required under BS EN 61511 where they create or change a safety function). The providers will be required to demonstrate suitable knowledge, qualification and experience of such procedures.

• Effluent sterilisation with adjustable temperature up to 96 degrees C or if applicable up to 150 degrees C;

• Consider chemical inactivation if appropriate.

• PLC-controlled to provide automatic operation and monitoring of the entire system, including data logs; alarms, and sensor information. Touchscreen control panel mounted directly to the unit, or remotely, depending upon client needs;

• Provided with suitable and effective Clean-in-Place;

• Provided with suitable and effective Steam in place

• Leak detection system: alarms and visual controls;

• Alarms for valve positioning, sensors, temperature, pressure, and liquid levels etc.;

• Recording and trending of treatment data;

• Password-protected operating parameter, set-point control;

• Fail safe system shutdown in case of energy failure;

• Appropriate redundancy where necessary;

• All systems to be fully maintainable;

• Connect to BMS to enable alarms to be distributed to the gate house.

• The projects will have FATs (Factory Acceptance Tests) and SATs (Site Acceptance Tests).

• Others.

Providers will need to demonstrate a track record of successful design installation and validation of biowaste effluent treatment plant.

The works undertaken within Lot 5 will be subject to UK Regulations and British Standards, industry good practice and HSE guidance.

Lot No: 6

II.2.1) Title

Multiple Discipline Design Services

II.2.2) Additional CPV code(s)

71320000

71321000

79930000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Animal and Plant Health Agency (APHA), Woodham Lane, New Haw, Addlestone, Surrey KT15 3NB

II.2.4) Description of the procurement

This lot will include the provision of multiple discipline design services for construction projects including a wide range of project types such as high containment, non-containment, refurbishment, new buildings, infrastructure, and associated works. The design disciplines include the following, however specialist design services may be requested in addition to these services:

•Design Management;

•Health, Safety and Environmental Design Management;

•Principal Designer;

•Containment / Laboratory Specialist Designer;

•Security Designer;

•Architecture (including Lead Designer);

•Landscape Architecture;

•BIM Digital Information Manager;

•Building Services Engineer (including MEP);

•Structural Engineering;

•Civil Engineering;

•Sustainability Engineer;

•Acoustic Engineering.

•Fire Engineering

Lot No: 7

II.2.1) Title

Professional Services

II.2.2) Additional CPV code(s)

71311300

71312000

71320000

71321000

71322100

71541000

79930000

II.2.3) Place of performance

NUTS code:

UKJ


Main site or place of performance:

Animal and Plant Health Agency (APHA), Woodham Lane, New Haw, Addlestone, Surrey KT15 3NB

II.2.4) Description of the procurement

The provision of Programme Management, Project Management and Cost Management services for construction projects including a wide range of project types such as containment, non-containment, refurbishment, new buildings, infrastructure, and associated works. The key services that are likely to be required are set out below

Programme/Project Management:

• Developing and documenting Brief;

• Professional Team Procurement, Selection and Appointment;

• Leading the overall project;

• Managing Project KPIs;

• Project administration;

• Programming;

• Contract administration;

• Risk Management;

• Stakeholder Management;

• Manging Client Governance;

• Change management;

• Progress Reporting;

• Finance;

• Value Management;

• Soft Landings;

• Managing Performance of Professional Team

• Managing Performance of Contractors

• Others

Cost Management

• Budget support;

• Benchmarking;

• Budget allocating;

• Value Engineering;

• Monthly Cost Reports;

• Managing overall client cost plan;

• Tendering and evaluation;

• Cost Estimating;

• Valuations;

• Cash flow forecasting;

• Final accounts;

• Post Contract financial support;

II.3) Estimated date of publication of contract notice:

17/09/2021

Section IV: Procedure

IV.1) Description

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

The procurement is covered by the Government Procurement Agreement: No

Section VI: Complementary information

VI.5) Date of dispatch of this notice

21/09/2021

Coding

Commodity categories

ID Title Parent category
92222000 Closed circuit television services Television services
71541000 Construction project management services Construction management services
45000000 Construction work Construction and Real Estate
45213250 Construction work for industrial buildings Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45451000 Decoration work Other building completion work
44163112 Drainage system Pipes and fittings
45232452 Drainage works Ancillary works for pipelines and cables
71320000 Engineering design services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
45222300 Engineering work for security installations Defence and security
71311300 Infrastructure works consultancy services Civil engineering consultancy services
45214610 Laboratory building construction work Construction work for buildings relating to education and research
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
71322100 Quantity surveying services for civil engineering works Engineering design services for the construction of civil engineering works
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
35125300 Security cameras Surveillance system
79930000 Specialty design services Miscellaneous business and business-related services
71312000 Structural engineering consultancy services Consultative engineering and construction services
45200000 Works for complete or part construction and civil engineering work Construction work

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:
Dawn.Donaldson@defra.gov.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.