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 Notice

UKRI-3274 Professional Services for the Design, Project Management and Cost Management of HV/LV Infrastructure Project Works

  • First published: 27 September 2023
  • Last modified: 27 September 2023

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:
ocds-h6vhtk-04037e
Published by:
UK Research and Innovation
Authority ID:
AA70725
Publication date:
27 September 2023
Deadline date:
01 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 2FL

UK

Telephone: +44 1793442000

E-mail: STFCprocurement@ukri.org

NUTS: UKK14

Internet address(es)

Main address: www.ukri.org

I.2) Joint procurement

The contract is awarded by a central purchasing body

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:-Calculation-of-costs%2C-monitoring-of-costs./9T5BY2YBUU


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: research and innovation

Section II: Object

II.1) Scope of the procurement

II.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

II.1.2) Main CPV code

71244000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 950 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKJ14


Main site or place of performance:

Oxfordshire

II.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

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 950 000.00  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: Yes

Description of options:

The option of extending the contract to a 3rd and 4th year, released indivdually.

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

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 01/11/2023

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: 01/11/2023

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

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:

<a href="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</a>

To respond to this opportunity, please click here:

<a href="https://ukri.delta-esourcing.com/respond/9T5BY2YBUU" target="_blank">https://ukri.delta-esourcing.com/respond/9T5BY2YBUU</a>

GO Reference: GO-2023925-PRO-24043021

VI.4) Procedures for review

VI.4.1) Review body

UK Research & Innovation

Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell

Oxford

OX11 0QX

UK

Telephone: +44 1235446553

VI.5) Date of dispatch of this notice

25/09/2023

Coding

Commodity categories

ID Title Parent category
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning 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:
STFCprocurement@ukri.org
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.