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

ISO 11 Incinerator Life Extension Project - WP 5 Refractory Replacement

  • First published: 10 September 2024
  • Last modified: 10 September 2024
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04994a
Published by:
The Pirbright Institute
Authority ID:
AA28260
Publication date:
10 September 2024
Deadline date:
11 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Design and Build of Work re. Incinerator Kiln Refractory Lining replacement for the Primary and Secondary Combustion Chambers.

The scope of works will involve:

• Detailed design and configuration of the new refractory lining and anchors based on the existing plant, drawings and documentation.

• Supply and delivery of all refractory materials and anchors including any materials used for forming, moulding, and support structure (e.g. wood, polystyrene) and 1 tonne waste bags with sealable tops.

• Deconstruction of existing refractory lining and Anchors (Disposal of waste by others)

• Installation of the new anchors and refractory lining as per agreed detailed design.

• Management of drying out and curing of the lining.

• Management of all subcontractors employed by the supplier to complete these works.

• Submission of O&M containing all required details as per PIF and separate section to provide information needed for the Health and Safety File. Please see Contract Scope section in ITT document.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

THE PIRBRIGHT INSTITUTE

559784

Pirbright

WOKING

GU240NF

UK

E-mail: Procurement.Department@pirbright.ac.uk

NUTS: UKJ25

Internet address(es)

Main address: https://www.pirbright.ac.uk/

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://Procurement.Department@pirbright.ac.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://PirbrightTenders@pirbright.ac.uk


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


I.4) Type of the contracting authority

Other: Institute

I.5) Main activity

Other: Animal Research

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

ISO 11 Incinerator Life Extension Project - WP 5 Refractory Replacement

Reference number: BC22-004

II.1.2) Main CPV code

42320000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Design and Build of Work re. Incinerator Kiln Refractory Lining replacement for the Primary and Secondary Combustion Chambers.

The scope of works will involve:

• Detailed design and configuration of the new refractory lining and anchors based on the existing plant, drawings and documentation.

• Supply and delivery of all refractory materials and anchors including any materials used for forming, moulding, and support structure (e.g. wood, polystyrene) and 1 tonne waste bags with sealable tops.

• Deconstruction of existing refractory lining and Anchors (Disposal of waste by others)

• Installation of the new anchors and refractory lining as per agreed detailed design.

• Management of drying out and curing of the lining.

• Management of all subcontractors employed by the supplier to complete these works.

• Submission of O&M containing all required details as per PIF and separate section to provide information needed for the Health and Safety File. Please see Contract Scope section in ITT document.

II.1.5) Estimated total value

Value excluding VAT: 405 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

44192000

45000000

51135110

71310000

71320000

II.2.3) Place of performance

NUTS code:

UKJ25

II.2.4) Description of the procurement

The contract is for a single supplier to provide Design and Build of Work Package 5 - Incinerator Kiln Refractory Lining Upgrade to the Primary and Secondary Combustion Chambers, as per the user requirement specification (URS) for The Pirbright Institute (Pirbright), Ash Road, Pirbright, Surrey, GU24 0NF.

The scope of this contract is to replace the Kiln Refractory Lining for the Primary and Secondary Incinerator Chambers to ensure that the ISO 11 incinerator remains available to operate, safe, reliable and will serve the building for a minimum of 10 years.

The scope of works will involve:

• Detailed design and configuration of the new refractory lining and anchors based on the existing plant, drawings and documentation.

• Supply and delivery of all refractory materials and anchors.

o This would include any materials used for forming, moulding, and support structure (e.g. wood, polystyrene) and 1 tonne waste bags with sealable tops.

• Deconstruction of existing refractory lining and Anchors (Disposal of waste by others)

• Installation of the new anchors and refractory lining as per agreed detailed design.

• Management of drying out and curing of the lining.

• Management of all subcontractors employed by the supplier to complete these works.

• On completion, an O&M is to be submitted which provides details of works from design to completion. The O&M should include all relevant items shown in the PIF and a separate section which provides details of the following

o Brief Description of the works being carried out.

o Project Risk Assessment.

o Key structural principals.

o Hazardous materials used.

o Information on the future removal of installed plant.

o H&S information about equipment provided for cleaning or maintaining installed plant.

o The nature, location and markings of significant services.

o Information and as built drawings of buildings, plant and equipment.

o Step by step activities to carry out the works.

o Lesson Learnt, challenges met and how they were overcome.

o Details on how the curing burners are set up and how the ventilation and ID fans are set up to draw away the heat.

• As part of the works, the supplier should also provide the following:

o Provision to ensure safe access and egress to confined spaces (Gas monitors, Rescue Personnel, Outside Watchman, etc)

o All provisions for the deconstruction, installation and drying / curing of the refractory, including but not limited to:

 All necessary machinery and equipment required for the works.

 Provision of lighting in the individual plant sections.

 Provision of transport vehicles required for the works which is not listed as part of the CDM site below.

 Provision of weather protection for any equipment and materials used/stored outside.

 Air compressor and fuel.

 Extraction fans and filtration to minimise dust generation within area of works.

 All PPE required for safe working during all works.

 Equipment and fuel required for drying and curing of the refractory lining. Recommend diesel burner as gas would be difficult to arrange on site.

A CDM Construction site will be set up as part of the overall project which will provide for the following:

• Site Supervision

• HERRAS fencing and appropriate signage around CDM area

• Site Office

• Welfare Office including changing areas

• Waste skips

• Scissor lift

• Fork-lift truck / telehandler

• CDM documentation / inductions / daily logs / management of RAMS

Additional information:

As part of the tender, the supplier is to provide option costs and timescales for the following:

• Completion of both chambers within a single visit based on normal working hours only.

• Completion of both chambers within a single visit based on normal and extended working hours.

• Completion of both chambers over two visits (i.e. one chamber per visit) based on normal working hours only.

• Completion of both chambers over two visits (i.e. one chamber per visit) based on normal and extended working hours.

II.2.5) Award criteria

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

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 19/11/2024

End: 31/12/2025

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: Yes

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

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: 11/10/2024

Local time: 12:00

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 11/10/2024

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This requirement has also been advertised on Contracts Finder.

https://www.contractsfinder.service.gov.uk/Notice/68f650ff-b91d-4efe-b3a2-4c0ec9c59c2b

The ITT package can be found on Contracts Finder or on request from Procurement.Department@pirbright.ac.uk.

Please note that Appendix H - Confidentiality Agreement must be completed, signed, and emailed to Procurement.Department@pirbright.ac.uk asap. Then and only then will access to the full ITT package (Appendix E1 - Site Documents, Appendix E2 - Incinerator Dimensions and Appendix E3 - Front Plate Technical Datasheets) be granted to the requester.

VI.4) Procedures for review

VI.4.1) Review body

The Pirbright Institute

Pirbright

UK

VI.5) Date of dispatch of this notice

09/09/2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
71310000 Consultative engineering and construction services Engineering services
71320000 Engineering design services Engineering services
51135110 Installation services of waste incinerators Installation services of furnaces
44192000 Other miscellaneous construction materials Miscellaneous construction materials
42320000 Waste incinerators Industrial or laboratory furnaces, incinerators and ovens

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:
Procurement.Department@pirbright.ac.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.