UK Research & Innovation: UKRI-3274 Professional Services for the Design, Project Management and Cost Management of HV/LV Infrastructure Project Works

  UK Research & Innovation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UKRI-3274 Professional Services for the Design, Project Management and Cost Management of HV/LV Infrastructure Project Works
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
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.
Published: 25/09/2023 16:01

View Full Notice

UK-Swindon: Calculation of costs, monitoring of costs.
Section I: Contracting Authority
      I.1) Name and addresses
             UK Research and Innovation
             Polaris House, North Star Avenue, Swindon, SN2 2FL, United Kingdom
             Tel. +44 1793442000, Email: STFCprocurement@ukri.org
             Main Address: www.ukri.org
             NUTS Code: UKK14
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      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       
      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: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

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 - Calculation of costs, monitoring of costs.

      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       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of 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       
      Currency: 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       
      Description of renewals: Not provided
      
      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.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the 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: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 01/11/2023 Time: 14:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 01/11/2023
         Time: 14:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used 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:-Calculation-of-costs%2C-monitoring-of-costs./9T5BY2YBUU

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/9T5BY2YBUU
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research & Innovation
       Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX11 0QX, United Kingdom
       Tel. +44 1235446553
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 25/09/2023

Annex A


View any Notice Addenda

View Award Notice