Notice Information
Notice Title
UKRI-3274 Professional Services for the Design, Project Management and Cost Management of HV/LV Infrastructure Project Works
Notice 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. https://www.ukri.org/who-we-are/procurement-contract-transparency-data/
Lot Information
Lot 1
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 PS2-3 million pa. The core requirement of the Discovery Phase is estimated of up to PS100,000.00 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 PS950,000.00 https://www.ukri.org/who-we-are/procurement-contract-transparency-data/
Options: The option of extending the contract to a 3rd and 4th year, released indivdually.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04037e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/023765-2024
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71244000 - Calculation of costs, monitoring of costs
Notice Value(s)
- Tender Value
- £950,000 £500K-£1M
- Lots Value
- £950,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £950,000 £500K-£1M
Notice Dates
- Publication Date
- 30 Jul 20241 years ago
- Submission Deadline
- 1 Nov 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Jan 20242 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UK RESEARCH AND 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
- SN2 2FL
- 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
- TLJ14 Oxfordshire CC
-
- Local Authority
- Swindon
- Electoral Ward
- Rodbourne Cheney
- Westminster Constituency
- Swindon North
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-04037e-2024-07-30T12:05:17+01:00",
"date": "2024-07-30T12:05:17+01:00",
"ocid": "ocds-h6vhtk-04037e",
"description": "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. To view this notice, please click here: https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=879170119 GO Reference: GO-2024730-PRO-27088454",
"initiationType": "tender",
"tender": {
"id": "UKRI-3274",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "UKRI-3274 Professional Services for the Design, Project Management and Cost Management of HV/LV Infrastructure Project Works",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "71244000",
"description": "Calculation of costs, monitoring of costs"
},
"mainProcurementCategory": "services",
"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. https://www.ukri.org/who-we-are/procurement-contract-transparency-data/",
"value": {
"amount": 950000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "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 PS2-3 million pa. The core requirement of the Discovery Phase is estimated of up to PS100,000.00 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 PS950,000.00 https://www.ukri.org/who-we-are/procurement-contract-transparency-data/",
"value": {
"amount": 950000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The option of extending the contract to a 3rd and 4th year, released indivdually."
},
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "price"
}
]
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKJ14"
},
{
"region": "UKJ14"
}
],
"deliveryLocation": {
"description": "Oxfordshire"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"written"
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2023-11-01T14:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2023-11-01T14:00:00Z"
},
"bidOpening": {
"date": "2023-11-01T14:00:00Z"
},
"hasRecurrence": false,
"contractTerms": {
"electronicInvoicingPolicy": "allowed"
}
},
"parties": [
{
"id": "GB-FTS-23328",
"name": "UK Research and Innovation",
"identifier": {
"legalName": "UK Research and Innovation"
},
"address": {
"streetAddress": "Polaris House, North Star Avenue",
"locality": "Swindon",
"region": "UKK14",
"postalCode": "SN2 2FL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1793442000",
"email": "STFCprocurement@ukri.org",
"url": "https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Calculation-of-costs%2C-monitoring-of-costs./9T5BY2YBUU"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.ukri.org",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"description": "research and innovation"
}
]
}
},
{
"id": "GB-FTS-23329",
"name": "UK Research & Innovation",
"identifier": {
"legalName": "UK Research & Innovation"
},
"address": {
"streetAddress": "Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell",
"locality": "Oxford",
"postalCode": "OX11 0QX",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1235446553"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-119970",
"name": "WSP UK Limited",
"identifier": {
"legalName": "WSP UK Limited",
"id": "01383511"
},
"address": {
"streetAddress": "WSP House",
"locality": "London",
"region": "UKI",
"postalCode": "WC2A 1AF",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-23328",
"name": "UK Research and Innovation"
},
"language": "en",
"awards": [
{
"id": "023765-2024-UKRI-3274-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-119970",
"name": "WSP UK Limited"
}
]
}
],
"contracts": [
{
"id": "023765-2024-UKRI-3274-1",
"awardID": "023765-2024-UKRI-3274-1",
"status": "active",
"value": {
"amount": 950000,
"currency": "GBP"
},
"dateSigned": "2024-01-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 8
}
]
}
}