Notice Information
Notice Title
ISO 11 Incinerator Life Extension Project - WP 5 Refractory Replacement
Notice Description
Design and Build of Work re. Incinerator Kiln Refractory Lining replacement for the Primary and Secondary Combustion Chambers. The scope of works will involve: * Detailed design and configuration of the new refractory lining and anchors based on the existing plant, drawings and documentation. * Supply and delivery of all refractory materials and anchors including any materials used for forming, moulding, and support structure (e.g. wood, polystyrene) and 1 tonne waste bags with sealable tops. * Deconstruction of existing refractory lining and Anchors (Disposal of waste by others) * Installation of the new anchors and refractory lining as per agreed detailed design. * Management of drying out and curing of the lining. * Management of all subcontractors employed by the supplier to complete these works. * Submission of O&M containing all required details as per PIF and separate section to provide information needed for the Health and Safety File. Please see Contract Scope section in ITT document.
Lot Information
Lot 1
The contract is for a single supplier to provide Design and Build of Work Package 5 - Incinerator Kiln Refractory Lining Upgrade to the Primary and Secondary Combustion Chambers, as per the user requirement specification (URS) for The Pirbright Institute (Pirbright), Ash Road, Pirbright, Surrey, GU24 0NF. The scope of this contract is to replace the Kiln Refractory Lining for the Primary and Secondary Incinerator Chambers to ensure that the ISO 11 incinerator remains available to operate, safe, reliable and will serve the building for a minimum of 10 years. The scope of works will involve: * Detailed design and configuration of the new refractory lining and anchors based on the existing plant, drawings and documentation. * Supply and delivery of all refractory materials and anchors. o This would include any materials used for forming, moulding, and support structure (e.g. wood, polystyrene) and 1 tonne waste bags with sealable tops. * Deconstruction of existing refractory lining and Anchors (Disposal of waste by others) * Installation of the new anchors and refractory lining as per agreed detailed design. * Management of drying out and curing of the lining. * Management of all subcontractors employed by the supplier to complete these works. * On completion, an O&M is to be submitted which provides details of works from design to completion. The O&M should include all relevant items shown in the PIF and a separate section which provides details of the following o Brief Description of the works being carried out. o Project Risk Assessment. o Key structural principals. o Hazardous materials used. o Information on the future removal of installed plant. o H&S information about equipment provided for cleaning or maintaining installed plant. o The nature, location and markings of significant services. o Information and as built drawings of buildings, plant and equipment. o Step by step activities to carry out the works. o Lesson Learnt, challenges met and how they were overcome. o Details on how the curing burners are set up and how the ventilation and ID fans are set up to draw away the heat. * As part of the works, the supplier should also provide the following: o Provision to ensure safe access and egress to confined spaces (Gas monitors, Rescue Personnel, Outside Watchman, etc) o All provisions for the deconstruction, installation and drying / curing of the refractory, including but not limited to: All necessary machinery and equipment required for the works. Provision of lighting in the individual plant sections. Provision of transport vehicles required for the works which is not listed as part of the CDM site below. Provision of weather protection for any equipment and materials used/stored outside. Air compressor and fuel. Extraction fans and filtration to minimise dust generation within area of works. All PPE required for safe working during all works. Equipment and fuel required for drying and curing of the refractory lining. Recommend diesel burner as gas would be difficult to arrange on site. A CDM Construction site will be set up as part of the overall project which will provide for the following: * Site Supervision * HERRAS fencing and appropriate signage around CDM area * Site Office * Welfare Office including changing areas * Waste skips * Scissor lift * Fork-lift truck / telehandler * CDM documentation / inductions / daily logs / management of RAMS Additional information: As part of the tender, the supplier is to provide option costs and timescales for the following: * Completion of both chambers within a single visit based on normal working hours only. * Completion of both chambers within a single visit based on normal and extended working hours. * Completion of both chambers over two visits (i.e. one chamber per visit) based on normal working hours only. * Completion of both chambers over two visits (i.e. one chamber per visit) based on normal and extended working hours.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04994a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/006885-2025
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
42 - Industrial machinery
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
51 - Installation services (except software)
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
42320000 - Waste incinerators
44192000 - Other miscellaneous construction materials
45000000 - Construction work
51135110 - Installation services of waste incinerators
71310000 - Consultative engineering and construction services
71320000 - Engineering design services
Notice Value(s)
- Tender Value
- £405,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £454,525 £100K-£500K
Notice Dates
- Publication Date
- 21 Feb 20251 years ago
- Submission Deadline
- 11 Oct 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Dec 20241 years ago
- Contract Period
- 19 Nov 2024 - 31 Dec 2025 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- THE PIRBRIGHT INSTITUTE
- Contact Name
- Not specified
- Contact Email
- procurement.department@pirbright.ac.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- WOKING
- Postcode
- GU24 0NF
- Post Town
- Guildford
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ2 Surrey, East and West Sussex
- Small Region (ITL 3)
- TLJ25 West Surrey
- Delivery Location
- TLJ25 West Surrey
-
- Local Authority
- Guildford
- Electoral Ward
- Normandy & Pirbright
- Westminster Constituency
- Surrey Heath
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-04994a-2025-02-21T15:12:42Z",
"date": "2025-02-21T15:12:42Z",
"ocid": "ocds-h6vhtk-04994a",
"description": "This requirement has also been advertised on Contracts Finder. https://www.contractsfinder.service.gov.uk/Notice/68f650ff-b91d-4efe-b3a2-4c0ec9c59c2b The ITT package can be found on Contracts Finder or on request from Procurement.Department@pirbright.ac.uk. Please note that Appendix H - Confidentiality Agreement must be completed, signed, and emailed to Procurement.Department@pirbright.ac.uk asap. Then and only then will access to the full ITT package (Appendix E1 - Site Documents, Appendix E2 - Incinerator Dimensions and Appendix E3 - Front Plate Technical Datasheets) be granted to the requester.",
"initiationType": "tender",
"tender": {
"id": "BC22-004",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "ISO 11 Incinerator Life Extension Project - WP 5 Refractory Replacement",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "42320000",
"description": "Waste incinerators"
},
"mainProcurementCategory": "goods",
"description": "Design and Build of Work re. Incinerator Kiln Refractory Lining replacement for the Primary and Secondary Combustion Chambers. The scope of works will involve: * Detailed design and configuration of the new refractory lining and anchors based on the existing plant, drawings and documentation. * Supply and delivery of all refractory materials and anchors including any materials used for forming, moulding, and support structure (e.g. wood, polystyrene) and 1 tonne waste bags with sealable tops. * Deconstruction of existing refractory lining and Anchors (Disposal of waste by others) * Installation of the new anchors and refractory lining as per agreed detailed design. * Management of drying out and curing of the lining. * Management of all subcontractors employed by the supplier to complete these works. * Submission of O&M containing all required details as per PIF and separate section to provide information needed for the Health and Safety File. Please see Contract Scope section in ITT document.",
"value": {
"amount": 405000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The contract is for a single supplier to provide Design and Build of Work Package 5 - Incinerator Kiln Refractory Lining Upgrade to the Primary and Secondary Combustion Chambers, as per the user requirement specification (URS) for The Pirbright Institute (Pirbright), Ash Road, Pirbright, Surrey, GU24 0NF. The scope of this contract is to replace the Kiln Refractory Lining for the Primary and Secondary Incinerator Chambers to ensure that the ISO 11 incinerator remains available to operate, safe, reliable and will serve the building for a minimum of 10 years. The scope of works will involve: * Detailed design and configuration of the new refractory lining and anchors based on the existing plant, drawings and documentation. * Supply and delivery of all refractory materials and anchors. o This would include any materials used for forming, moulding, and support structure (e.g. wood, polystyrene) and 1 tonne waste bags with sealable tops. * Deconstruction of existing refractory lining and Anchors (Disposal of waste by others) * Installation of the new anchors and refractory lining as per agreed detailed design. * Management of drying out and curing of the lining. * Management of all subcontractors employed by the supplier to complete these works. * On completion, an O&M is to be submitted which provides details of works from design to completion. The O&M should include all relevant items shown in the PIF and a separate section which provides details of the following o Brief Description of the works being carried out. o Project Risk Assessment. o Key structural principals. o Hazardous materials used. o Information on the future removal of installed plant. o H&S information about equipment provided for cleaning or maintaining installed plant. o The nature, location and markings of significant services. o Information and as built drawings of buildings, plant and equipment. o Step by step activities to carry out the works. o Lesson Learnt, challenges met and how they were overcome. o Details on how the curing burners are set up and how the ventilation and ID fans are set up to draw away the heat. * As part of the works, the supplier should also provide the following: o Provision to ensure safe access and egress to confined spaces (Gas monitors, Rescue Personnel, Outside Watchman, etc) o All provisions for the deconstruction, installation and drying / curing of the refractory, including but not limited to: All necessary machinery and equipment required for the works. Provision of lighting in the individual plant sections. Provision of transport vehicles required for the works which is not listed as part of the CDM site below. Provision of weather protection for any equipment and materials used/stored outside. Air compressor and fuel. Extraction fans and filtration to minimise dust generation within area of works. All PPE required for safe working during all works. Equipment and fuel required for drying and curing of the refractory lining. Recommend diesel burner as gas would be difficult to arrange on site. A CDM Construction site will be set up as part of the overall project which will provide for the following: * Site Supervision * HERRAS fencing and appropriate signage around CDM area * Site Office * Welfare Office including changing areas * Waste skips * Scissor lift * Fork-lift truck / telehandler * CDM documentation / inductions / daily logs / management of RAMS Additional information: As part of the tender, the supplier is to provide option costs and timescales for the following: * Completion of both chambers within a single visit based on normal working hours only. * Completion of both chambers within a single visit based on normal and extended working hours. * Completion of both chambers over two visits (i.e. one chamber per visit) based on normal working hours only. * Completion of both chambers over two visits (i.e. one chamber per visit) based on normal and extended working hours.",
"contractPeriod": {
"startDate": "2024-11-19T00:00:00Z",
"endDate": "2025-12-31T23:59:59Z"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Technical/Quality Aspects",
"type": "quality",
"description": "50"
},
{
"name": "Price",
"type": "cost",
"description": "30"
},
{
"name": "Other Commercial Aspects",
"type": "cost",
"description": "20"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "44192000",
"description": "Other miscellaneous construction materials"
},
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "51135110",
"description": "Installation services of waste incinerators"
},
{
"scheme": "CPV",
"id": "71310000",
"description": "Consultative engineering and construction services"
},
{
"scheme": "CPV",
"id": "71320000",
"description": "Engineering design services"
}
],
"deliveryAddresses": [
{
"region": "UKJ25"
},
{
"region": "UKJ25"
}
],
"relatedLot": "1"
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://PirbrightTenders@pirbright.ac.uk",
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-10-11T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2024-10-11T14:00:00+01:00"
},
"bidOpening": {
"date": "2024-10-11T14:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-COH-559784",
"name": "THE PIRBRIGHT INSTITUTE",
"identifier": {
"legalName": "THE PIRBRIGHT INSTITUTE",
"id": "559784",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "THE PIRBRIGHT INSTITUTE",
"locality": "WOKING",
"region": "UKJ25",
"postalCode": "GU240NF",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Procurement.department@pirbright.ac.uk",
"url": "https://Procurement.Department@pirbright.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.pirbright.ac.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Institute"
},
{
"scheme": "COFOG",
"description": "Animal Research"
}
]
}
},
{
"id": "GB-FTS-87560",
"name": "The Pirbright Institute",
"identifier": {
"legalName": "The Pirbright Institute"
},
"address": {
"locality": "Pirbright",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-COH-01545906",
"name": "Fuel Conservation Services Limited",
"identifier": {
"legalName": "Fuel Conservation Services Limited",
"id": "01545906",
"scheme": "GB-COH"
},
"address": {
"locality": "Cannock",
"region": "UKG24",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-139063",
"name": "Institute of Chartered Engineers",
"identifier": {
"legalName": "Institute of Chartered Engineers"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-COH-559784",
"name": "THE PIRBRIGHT INSTITUTE"
},
"language": "en",
"awards": [
{
"id": "006885-2025-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-01545906",
"name": "Fuel Conservation Services Limited"
}
]
}
],
"contracts": [
{
"id": "006885-2025-1",
"awardID": "006885-2025-1",
"status": "active",
"value": {
"amount": 454525,
"currency": "GBP"
},
"dateSigned": "2024-12-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "2",
"measure": "bids",
"relatedLot": "1",
"value": 2
}
]
}
}