Award

CON19013 - BAS AIMP Phase 2 and Future Phases: Design and Build Construction Services Contract

UK RESEARCH AND INNOVATION

This public procurement record has 1 release in its history.

Award

26 May 2021 at 09:03

Summary of the contracting process

The procurement process is initiated by UK Research and Innovation (UKRI) for the contract titled "CON19013 - BAS AIMP Phase 2 and Future Phases: Design and Build Construction Services Contract," which falls under the construction industry category. This procurement is currently in the Award stage, with a significant project value estimated at £500 million, following a completion date of 23 April 2021. The contract, which aims to support construction projects at the British Antarctic Survey's (BAS) research stations, is managed through the open procurement method via the Delta eSourcing Portal. This framework agreement is set for a period of 10 years.

This tender presents substantial opportunities for growth for construction and engineering firms, particularly those with experience in design and build services, including runway refurbishment and sustainable energy projects. Businesses that can demonstrate expertise in collaboration with public entities and adhere to the stringent regulations of the Public Contracts Regulations 2015 are well-suited to compete. Given the breadth of projects outlined in the tender, companies that can deliver innovative solutions in diverse locations, especially in challenging environments like Antarctica, will be particularly competitive.

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

CON19013 - BAS AIMP Phase 2 and Future Phases: Design and Build Construction Services Contract

Notice Description

BAS is an institute of the Natural Environment Research Council (NERC) which is an executive non-departmental public body funded by the Department for Business, Energy and Industrial Strategy (BEIS). BAS also provides the UK presence in the British Antarctic Territory; a role BAS undertakes on behalf of the Foreign and Commonwealth Office. Both NERC and BAS form a part of the UKRI. The tender is for the procurement of a supplier to provide design and build support to BAS (the Client) in the delivery of a wide range of construction projects required to support BAS' operations and science delivery at the five research stations. The framework agreement is for a period of 10 years. The supplier shall be appointed under an NEC4 framework contract. Individual time charge orders and work orders will be contracted under suitable NEC contracts, for example PSSC for design works, and ECC for construction works. See Section I.3) for access to procurement documentation.

Lot Information

Lot 1

UK Shared Business Services Ltd (UK SBS) on behalf of UK Research and Innovation (UKRI), wishes to establish a framework agreement for construction partner services for the Antarctic infrastructure modernisation programme (AIMP) future phases. UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the 'Regulations'). This is a works framework agreement being procured under the open OJEU procedure regulations. The tender is for the procurement of a supplier to provide design and build support to BAS (the Client) in the delivery of a wide range of construction projects required to support BAS' operations and science delivery at the five research stations. The framework agreement is for a period of 10 years. The contracting authority shall be UKRI. The supplier shall be appointed under an NEC4 framework contract. Individual time charge orders and work orders will be contracted under suitable NEC contracts, for example PSSC for design works, and ECC for construction works. UKRI/NERC/BAS have appointed a technical advisor (TA), Ramboll, on a 10 years framework agreement arrangement to provide technical, environmental, cost and commercial advisory services to the AIMP. The supplier will be working in a collaborative partnership with UKRI/NERC/BAS and the Technical Advisor (TA) to deliver the AIMP. There is no contractual relationship between the TA and the supplier. The full scope of projects that shall be undertaken during the framework agreement period is not known, and therefore no guarantee can be given as to the actual amount or type of work that may be ordered during the framework contract period. However, a series of potential projects have been identified and, subject to confirmation of funding, may require design and build services by the supplier. These include: Phase 2 Tranche 1 * Rothera runway refurbishment and possible extension; * Hangar upgrade or replacement; * Energy efficiency, renewables and sustainability projects proof of concept. Phase 2 Tranche 2 * Rothera new accommodation block; * Upgrade Rothera waste management facility; * Energy efficiency, renewables and sustainability projects (Phase 1). Phase 2 Tranche 3 * King Edward Point master planning, upgrade and replacement (Phase 1); * Signy master planning, upgrade and replacement; * Energy efficiency, renewables and sustainability projects (Phase 2). Phase 3 * East Station replacement; * Rothera new marine facility; * King Edward Point upgrade and replacement (Phase 2); * Bird Island master planning, upgrade and replacement. Others * Site services upgrade; * Rothera Point operational improvements; * Halley VI decommissioning and replacement; * New build fuel storage (various locations); * Rothera site services upgrade; * Rothera operational improvements; * Various demolition works. Given the wide-ranging nature of the projects identified to date, it is essential that the Supplier shall be able to provide a broad scope of work services. A brief summary of the requirements has been provided above, please ensure you review all additional appendices for full details of this framework agreement. All additional appendices can be found in the stage one: overview section of the Delta eSourcing Portal. See Section I.3) for access to procurement documentation.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b514
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011682-2021
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45000000 - Construction work

45235200 - Runway construction works

45241500 - Wharf construction work

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£500,000,000 £100M-£1B

Notice Dates

Publication Date
26 May 20214 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
22 Apr 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UK RESEARCH AND INNOVATION
Contact Name
Rhedyn Griffiths
Contact Email
fmprocurement@uksbs.co.uk
Contact Phone
+44 1793867005

Buyer Location

Locality
SWINDON
Postcode
SN2 1FL
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK71 Swindon
Delivery Location
TLH12 Cambridgeshire CC

Local Authority
Swindon
Electoral Ward
Rodbourne Cheney
Westminster Constituency
Swindon North

Supplier Information

Number of Suppliers
1
Supplier Name

BAM NUTTALL

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-h6vhtk-02b514-2021-05-26T10:03:33+01:00",
    "date": "2021-05-26T10:03:33+01:00",
    "ocid": "ocds-h6vhtk-02b514",
    "description": "All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts). Responses must be received by the date in the tender documentation; responses received outside of the deadline or not sent via the Delta eSourcing portal will not be accepted or considered further for this opportunity. As a user of the Delta eSourcing Portal you will have access to the Delta messaging service which facilitates all messages sent to you and from you in relation to any specific tender event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The contracting authority expressly reserves the right: (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the contracting authority be liable for any costs incurred by any supplier. If the contracting authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders. How to apply UK Shared Business Services Ltd (UK SBS) will be using the Delta eSourcing Portal for this procurement. To register on the Delta eSourcing portal please use the link https://uksbs.delta-esourcing.com and follow the instructions to register. If you are already registered on the Delta eSourcing Portal and wish to participate in this procurement, please use the link: https://uksbs.delta-esourcing.com and the follow the instructions to 'Login' Once you are logged into the system you will be able to link yourself into this procurement using the Access Code: 982R23BYPB",
    "initiationType": "tender",
    "tender": {
        "id": "CON19013",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "CON19013 - BAS AIMP Phase 2 and Future Phases: Design and Build Construction Services Contract",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45000000",
            "description": "Construction work"
        },
        "mainProcurementCategory": "works",
        "description": "BAS is an institute of the Natural Environment Research Council (NERC) which is an executive non-departmental public body funded by the Department for Business, Energy and Industrial Strategy (BEIS). BAS also provides the UK presence in the British Antarctic Territory; a role BAS undertakes on behalf of the Foreign and Commonwealth Office. Both NERC and BAS form a part of the UKRI. The tender is for the procurement of a supplier to provide design and build support to BAS (the Client) in the delivery of a wide range of construction projects required to support BAS' operations and science delivery at the five research stations. The framework agreement is for a period of 10 years. The supplier shall be appointed under an NEC4 framework contract. Individual time charge orders and work orders will be contracted under suitable NEC contracts, for example PSSC for design works, and ECC for construction works. See Section I.3) for access to procurement documentation.",
        "lots": [
            {
                "id": "1",
                "description": "UK Shared Business Services Ltd (UK SBS) on behalf of UK Research and Innovation (UKRI), wishes to establish a framework agreement for construction partner services for the Antarctic infrastructure modernisation programme (AIMP) future phases. UK SBS is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the 'Regulations'). This is a works framework agreement being procured under the open OJEU procedure regulations. The tender is for the procurement of a supplier to provide design and build support to BAS (the Client) in the delivery of a wide range of construction projects required to support BAS' operations and science delivery at the five research stations. The framework agreement is for a period of 10 years. The contracting authority shall be UKRI. The supplier shall be appointed under an NEC4 framework contract. Individual time charge orders and work orders will be contracted under suitable NEC contracts, for example PSSC for design works, and ECC for construction works. UKRI/NERC/BAS have appointed a technical advisor (TA), Ramboll, on a 10 years framework agreement arrangement to provide technical, environmental, cost and commercial advisory services to the AIMP. The supplier will be working in a collaborative partnership with UKRI/NERC/BAS and the Technical Advisor (TA) to deliver the AIMP. There is no contractual relationship between the TA and the supplier. The full scope of projects that shall be undertaken during the framework agreement period is not known, and therefore no guarantee can be given as to the actual amount or type of work that may be ordered during the framework contract period. However, a series of potential projects have been identified and, subject to confirmation of funding, may require design and build services by the supplier. These include: Phase 2 Tranche 1 * Rothera runway refurbishment and possible extension; * Hangar upgrade or replacement; * Energy efficiency, renewables and sustainability projects proof of concept. Phase 2 Tranche 2 * Rothera new accommodation block; * Upgrade Rothera waste management facility; * Energy efficiency, renewables and sustainability projects (Phase 1). Phase 2 Tranche 3 * King Edward Point master planning, upgrade and replacement (Phase 1); * Signy master planning, upgrade and replacement; * Energy efficiency, renewables and sustainability projects (Phase 2). Phase 3 * East Station replacement; * Rothera new marine facility; * King Edward Point upgrade and replacement (Phase 2); * Bird Island master planning, upgrade and replacement. Others * Site services upgrade; * Rothera Point operational improvements; * Halley VI decommissioning and replacement; * New build fuel storage (various locations); * Rothera site services upgrade; * Rothera operational improvements; * Various demolition works. Given the wide-ranging nature of the projects identified to date, it is essential that the Supplier shall be able to provide a broad scope of work services. A brief summary of the requirements has been provided above, please ensure you review all additional appendices for full details of this framework agreement. All additional appendices can be found in the stage one: overview section of the Delta eSourcing Portal. See Section I.3) for access to procurement documentation.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "75"
                        },
                        {
                            "type": "price",
                            "description": "25"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45235200",
                        "description": "Runway construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45241500",
                        "description": "Wharf construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKH12"
                    }
                ],
                "deliveryLocation": {
                    "description": "Rothera, Signy, Bird Island, King Edward Point - Antarctic. Please refer to the tender documentation for full details of place of performance."
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        }
    },
    "awards": [
        {
            "id": "011682-2021-CON19013-1",
            "relatedLots": [
                "1"
            ],
            "title": "CON19013 - BAS AIMP Phase 2 and Future Phases: Design and Build Construction Services Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-17493",
                    "name": "BAM Nuttall Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-17492",
            "name": "UK Research and Innovation",
            "identifier": {
                "legalName": "UK Research and Innovation"
            },
            "address": {
                "streetAddress": "Polaris House, North Star Avenue",
                "locality": "SWINDON",
                "region": "UKK14",
                "postalCode": "SN2 1FL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Rhedyn Griffiths",
                "telephone": "+44 1793867005",
                "email": "fmprocurement@uksbs.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.uksbs.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Public Procurement"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-17493",
            "name": "BAM Nuttall Limited",
            "identifier": {
                "legalName": "BAM Nuttall Limited"
            },
            "address": {
                "streetAddress": "St James House, Knoll Road, Camberley",
                "locality": "Surrey",
                "region": "UKJ25",
                "postalCode": "GU15 3XW",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-7894",
            "name": "UK Shared Business Services Limited",
            "identifier": {
                "legalName": "UK Shared Business Services Limited"
            },
            "address": {
                "locality": "Swindon",
                "postalCode": "SN2 1FF",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1793867005",
                "email": "policy@uksbs.co.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.uksbs.co.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-17492",
        "name": "UK Research and Innovation"
    },
    "contracts": [
        {
            "id": "011682-2021-CON19013-1",
            "awardID": "011682-2021-CON19013-1",
            "title": "CON19013 - BAS AIMP Phase 2 and Future Phases: Design and Build Construction Services Contract",
            "status": "active",
            "value": {
                "amount": 500000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-04-23T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:435802-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}