Notice Information
Notice Title
Design and build geothermal infrastructure for the UK Geoenergy Observatory at Cuningar Loop, Glasgow, UK
Notice Description
Short 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
Lot Information
Lot 1
The supplier 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 supplier 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 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 include three equally-sized shell-and-tube heat exchangers with a combined heat exchange capacity of 200 kW. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-029c9d
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012281-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
76 - Services related to the oil and gas industry
-
- 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
76300000 - Drilling services
Notice Value(s)
- Tender Value
- £310,000 £100K-£500K
- Lots Value
- £310,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Jun 20214 years ago
- Submission Deadline
- 21 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Jun 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Unsuccessful
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UK RESEARCH & INNOVATION
- Contact Name
- Kate Richardson
- Contact Email
- kate.richardson@ukri.org
- Contact Phone
- +44 7562167366
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
- TLM82 Glasgow City
-
- Local Authority
- Not specified
- Electoral Ward
- Not specified
- Westminster Constituency
- Not specified
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-029c9d-2021-06-02T12:15:02+01:00",
"date": "2021-06-02T12:15:02+01:00",
"ocid": "ocds-h6vhtk-029c9d",
"description": "To view this notice, please click here: https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=597507760 GO Reference: GO-202162-PRO-18335811",
"initiationType": "tender",
"tender": {
"id": "UKRI-1107",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Design and build geothermal infrastructure for the UK Geoenergy Observatory at Cuningar Loop, Glasgow, UK",
"status": "unsuccessful",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "Short 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",
"value": {
"amount": 310000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The supplier 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 supplier 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 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 include three equally-sized shell-and-tube heat exchangers with a combined heat exchange capacity of 200 kW. 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.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "70"
},
{
"name": "Price",
"type": "cost",
"description": "30"
}
]
},
"value": {
"amount": 310000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 180
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
},
{
"scheme": "CPV",
"id": "45100000",
"description": "Site preparation work"
},
{
"scheme": "CPV",
"id": "45120000",
"description": "Test drilling and boring work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45220000",
"description": "Engineering works and construction works"
},
{
"scheme": "CPV",
"id": "76300000",
"description": "Drilling services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow City"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://ukri.delta-esourcing.com/respond/XE899B3ED7",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-04-21T14:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2021-04-21T14:00:00+01:00"
},
"bidOpening": {
"date": "2021-04-21T14:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-9155",
"name": "UK Research & Innovation",
"identifier": {
"legalName": "UK Research & Innovation"
},
"address": {
"streetAddress": "Polaris House, North Star Avenue",
"locality": "Swindon",
"region": "UKK14",
"postalCode": "SN12 1FL",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Kate Richardson",
"telephone": "+44 7562167366",
"email": "kate.richardson@ukri.org",
"url": "https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Construction-work./XE899B3ED7"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"url": "http://www.ukri.org",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "Research"
}
]
}
},
{
"id": "GB-FTS-9156",
"name": "UK Research and Innovation",
"identifier": {
"legalName": "UK Research and Innovation"
},
"address": {
"locality": "Swindon",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-9155",
"name": "UK Research & Innovation"
},
"language": "en",
"awards": [
{
"id": "012281-2021-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "unsuccessful"
}
]
}