Tender

GB-Swindon: UKRI-1479 Design and build geothermal infrastructure for the UK Geoenergy Observatory at Cuningar Loop, Glasgow, UK

UK RESEARCH & INNOVATION

This public procurement record has 1 release in its history.

Tender

07 May 2021 at 11:00

Summary of the contracting process

The UK Research & Innovation (UKRI) is currently conducting a tender process for the design and construction of geothermal infrastructure for the UK Geoenergy Observatory at Cuningar Loop in Glasgow, UK. This project, which falls under the construction industry category, aims to establish a research facility and is at the tender stage, with submissions due by 4th June 2021 at 14:00 BST. The contract will be awarded under an open procedure and is valued at £500,000, with a minimum threshold of £100,000, set to commence on 1st July 2021 and run until 31st March 2022.

This tender presents a significant opportunity for small and medium enterprises (SMEs) specialising in construction and engineering services. Businesses that are adept in site preparation, civil engineering, and bespoke infrastructure development would be particularly well-suited to bid. Candidates should be prepared to participate in a detailed design and construction process, emphasising collaboration and innovation to create a research-ready facility. This could enable SMEs to expand their portfolios and gain expertise in geothermal and sustainable energy solutions.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

GB-Swindon: UKRI-1479 Design and build geothermal infrastructure for the UK Geoenergy Observatory at Cuningar Loop, Glasgow, UK

Notice Description

The British Geological Survey (BGS) and the Natural Environment Research Council (NERC) are constructing a mine water geothermal research facility on the Cuningar Loop in east Glasgow as part of the UK Geoenergy Observatories project (from now on referred to as the 'Glasgow Observatory'). Both NERC and BGS form a part of the UK Research and Innovation (UKRI). The tender is for the procurement of a supplier to provide the design and build support to BGS (the Client) in delivery of the geothermal infrastructure for the Glasgow Observatory. The Contractor's main responsibilities will include but are not limited to: detailed design and construction of the works; testing and commissioning the works. The supplier shall be appointed under an NEC4 ECC. The deadline for submission of tenders is 04 June 2021 (14:00 BST). Additional information: UKRI wishes to establish a contract for design and and build of geothermal infrastructure for the UK Geoenergy Glasgow Observatory. The Contractor will develop the 'Detailed Design Specification' through collaboration with the Client, to deliver an engineering design for the bespoke research infrastructure that meets the science requirements within the specified budget. Assuming the design is accepted, the Contractor will build the design such that the facility is 'research-ready'.The geothermal infrastructure will comprise (but may not be limited to) the following: 1.Extend four of the mine-water borehole wellheads above ground level and construct a low brick wellhead chamber or similar and associated pipework. 2.To complete the hydraulic and thermal design of a pumping main and reinjection main, associated manual valve work and other infrastructure. To excavate and install this pipe infrastructure in trenches. 3.To install a cable duct within the main pipework trench to be routed to a control panel at a heat centre at Site 1. 4.To select and install an electrical submersible pump, associated cabling and rising main in boreholes GGA05 and GGA07. Consideration should be given to the termination and support of these items through the upper wellhead flanged plate. A suitable valve arrangement and wellhead sensors are also to be incorporated into the design. 5.To design and install a reinjection main in boreholes GGA01 and GGA08, with a corresponding pressure-tight wellhead upper-flanged plate. A suitable valve arrangement and wellhead sensors are also to be incorporated into the design. 6.To install two access tubes in all four boreholes, one of which shall be installed with a sensor to determine and log downhole water head, temperature and electrical conductivity. 7.The well equipment and pipework shall be selected to deliver a variable flow rate up to a maximum of 12 L/s and down to a minimum of 3 L/s, while maintaining a positive gauge pressure of at least 1 bar throughout the entire pumping-heat exchange-reinjection main system. 8.The wellhead flange plates should be designed to accommodate both a reinjection main and a pump rising main in the future. 9.To select and install a "heat centre" within the Site 1 compound. 10.To select and install a reversible water-air chiller / heat pump adjacent to the heat centre, with a nominal maximum output of 200 kW in both heating and cooling mode. 11.To design and install a heat exchanger circuit in the heat centre. The circuit should have a combined heat exchange capacity of 200 kW, provisionally envisaged to be three equally-sized shell and tube or plate heat exchangers. 12.To design and install an insulated heat transfer fluid circuit connecting the heat exchangers to the heat pump / chiller unit, with temperature and pressure sensors, circulation pump, glycol pressure regulation and top-up equipment, any necessary thermal buffering, and a sampling tap for sampling the glycol. 13.To install monitoring equipment within the heat centre on the mine water circuit to include an electromagnetic flowmeter, chemical dosing pump, temperature, pressure and electrical conductivity sensors, and a sampling tap. 14.To equip the heat centre with a control panel / management system for receiving and logging signals from the various installed sensors, and also sending control signals to the submersible pumps and the heat pump/chiller. 15.To prepare full design, installation, operation and maintenance documentation for the infrastructure installed in this Contract. 16.To prepare a maintenance schedule for the facility. 17.Commission, test and demonstrate the facility. 18.To providing training on operating the system 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.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-96952c0e-6b3d-4da9-8256-5d6d5bd96aec
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/11c87395-6bb2-481b-8b26-7f6dfa8106cf
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

45100000 - Site preparation work

45120000 - Test drilling and boring work

45200000 - Works for complete or part construction and civil engineering work

45210000 - Building construction work

45220000 - Engineering works and construction works

71500000 - Construction-related services

71541000 - Construction project management services

Notice Value(s)

Tender Value
£500,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 May 20214 years ago
Submission Deadline
4 Jun 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
30 Jun 2021 - 31 Mar 2022 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
UK RESEARCH & INNOVATION
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
SWINDON
Postcode
SN12 1FL
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLM Scotland

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-96952c0e-6b3d-4da9-8256-5d6d5bd96aec-2021-05-07T12:00:19+01:00",
    "date": "2021-05-07T12:00:19+01:00",
    "ocid": "ocds-b5fd17-96952c0e-6b3d-4da9-8256-5d6d5bd96aec",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "BIP591355091",
        "title": "GB-Swindon: UKRI-1479 Design and build geothermal infrastructure for the UK Geoenergy Observatory at Cuningar Loop, Glasgow, UK",
        "description": "The British Geological Survey (BGS) and the Natural Environment Research Council (NERC) are constructing a mine water geothermal research facility on the Cuningar Loop in east Glasgow as part of the UK Geoenergy Observatories project (from now on referred to as the 'Glasgow Observatory'). Both NERC and BGS form a part of the UK Research and Innovation (UKRI). The tender is for the procurement of a supplier to provide the design and build support to BGS (the Client) in delivery of the geothermal infrastructure for the Glasgow Observatory. The Contractor's main responsibilities will include but are not limited to: detailed design and construction of the works; testing and commissioning the works. The supplier shall be appointed under an NEC4 ECC. The deadline for submission of tenders is 04 June 2021 (14:00 BST). Additional information: UKRI wishes to establish a contract for design and and build of geothermal infrastructure for the UK Geoenergy Glasgow Observatory. The Contractor will develop the 'Detailed Design Specification' through collaboration with the Client, to deliver an engineering design for the bespoke research infrastructure that meets the science requirements within the specified budget. Assuming the design is accepted, the Contractor will build the design such that the facility is 'research-ready'.The geothermal infrastructure will comprise (but may not be limited to) the following: 1.Extend four of the mine-water borehole wellheads above ground level and construct a low brick wellhead chamber or similar and associated pipework. 2.To complete the hydraulic and thermal design of a pumping main and reinjection main, associated manual valve work and other infrastructure. To excavate and install this pipe infrastructure in trenches. 3.To install a cable duct within the main pipework trench to be routed to a control panel at a heat centre at Site 1. 4.To select and install an electrical submersible pump, associated cabling and rising main in boreholes GGA05 and GGA07. Consideration should be given to the termination and support of these items through the upper wellhead flanged plate. A suitable valve arrangement and wellhead sensors are also to be incorporated into the design. 5.To design and install a reinjection main in boreholes GGA01 and GGA08, with a corresponding pressure-tight wellhead upper-flanged plate. A suitable valve arrangement and wellhead sensors are also to be incorporated into the design. 6.To install two access tubes in all four boreholes, one of which shall be installed with a sensor to determine and log downhole water head, temperature and electrical conductivity. 7.The well equipment and pipework shall be selected to deliver a variable flow rate up to a maximum of 12 L/s and down to a minimum of 3 L/s, while maintaining a positive gauge pressure of at least 1 bar throughout the entire pumping-heat exchange-reinjection main system. 8.The wellhead flange plates should be designed to accommodate both a reinjection main and a pump rising main in the future. 9.To select and install a \"heat centre\" within the Site 1 compound. 10.To select and install a reversible water-air chiller / heat pump adjacent to the heat centre, with a nominal maximum output of 200 kW in both heating and cooling mode. 11.To design and install a heat exchanger circuit in the heat centre. The circuit should have a combined heat exchange capacity of 200 kW, provisionally envisaged to be three equally-sized shell and tube or plate heat exchangers. 12.To design and install an insulated heat transfer fluid circuit connecting the heat exchangers to the heat pump / chiller unit, with temperature and pressure sensors, circulation pump, glycol pressure regulation and top-up equipment, any necessary thermal buffering, and a sampling tap for sampling the glycol. 13.To install monitoring equipment within the heat centre on the mine water circuit to include an electromagnetic flowmeter, chemical dosing pump, temperature, pressure and electrical conductivity sensors, and a sampling tap. 14.To equip the heat centre with a control panel / management system for receiving and logging signals from the various installed sensors, and also sending control signals to the submersible pumps and the heat pump/chiller. 15.To prepare full design, installation, operation and maintenance documentation for the infrastructure installed in this Contract. 16.To prepare a maintenance schedule for the facility. 17.Commission, test and demonstrate the facility. 18.To providing training on operating the system 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.",
        "datePublished": "2021-05-07T12:00:19+01:00",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "45100000",
            "description": "Site preparation work"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "45200000",
                "description": "Works for complete or part construction and civil engineering work"
            },
            {
                "scheme": "CPV",
                "id": "45000000",
                "description": "Construction work"
            },
            {
                "scheme": "CPV",
                "id": "71500000",
                "description": "Construction-related services"
            },
            {
                "scheme": "CPV",
                "id": "45210000",
                "description": "Building construction work"
            },
            {
                "scheme": "CPV",
                "id": "45120000",
                "description": "Test drilling and boring work"
            },
            {
                "scheme": "CPV",
                "id": "45220000",
                "description": "Engineering works and construction works"
            },
            {
                "scheme": "CPV",
                "id": "71541000",
                "description": "Construction project management services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "Scotland",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 100000,
            "currency": "GBP"
        },
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2021-06-04T14:00:00+01:00"
        },
        "contractPeriod": {
            "startDate": "2021-07-01T00:00:00+01:00",
            "endDate": "2022-03-31T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "works",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/11c87395-6bb2-481b-8b26-7f6dfa8106cf",
                "datePublished": "2021-05-07T12:00:19+01:00",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Please follow this link to view the notice.",
                "url": "https://www.delta-esourcing.com/tenders/UK-GB-Swindon:-UKRI-1479-Design-and-build-geothermal-infrastructure-for-the-UK-Geoenergy-Observatory-at-Cuningar-Loop,-Glasgow,-UK/Z72CHFGX89"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-162714",
            "name": "UK Research & Innovation",
            "identifier": {
                "legalName": "UK Research & Innovation"
            },
            "address": {
                "streetAddress": "Polaris House, North Star Avenue",
                "locality": "Swindon",
                "postalCode": "SN12 1FL",
                "countryName": "UK"
            },
            "contactPoint": {
                "name": "Kate Richardson",
                "email": "kate.richardson@ukri.org",
                "telephone": "+44(0)7562167366"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-162714",
        "name": "UK Research & Innovation"
    }
}