UK-Swindon: Geotechnical engineering services.

UK-Swindon: Geotechnical engineering services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN12 1FL, United Kingdom
Tel. +44 7562167266, Email: kate.richardson@ukri.org
Contact: Kate Richardson
Main Address: www.ukri.org
NUTS Code: UKK14

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Research

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: UKRI-1800 Geotechnical Advisor for UKRI-NERC
Reference number: UKRI-1800

II.1.2) Main CPV code:
71332000 - Geotechnical engineering services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: UKRI seeks to procure the services of a suitably qualified and experienced Geo-technical Adviser for a range of sub-surface investments currently underway, planned and being considered as part of our commitment to support HMG in this developing research field. UKRI is developing a range of projects across it’s Councils to support HMG delivery of Net Zero by 2050 that may include similar geotechnical advice.

As part of the green industrial revolution, BEIS have indicated that UKRI can play a crucial role in providing independent research and analysis (including National Capability Infrastructure where appropriate) supporting geological solutions over the next decade and in particular support the five clusters as they develop.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 9,000,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
73100000 - Research and experimental development services.
73300000 - Design and execution of research and development.
90712000 - Environmental planning.
71540000 - Construction management services.
71500000 - Construction-related services.
71541000 - Construction project management services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: The services require understanding and experience of a range of infrastructure and scientific approaches both in the UK and abroad to include, inter alia: Geoenergy; Hydrogen Storage & Carbon Capture & Storage including ‘at depth’ both onshore and offshore and Geothermal. Services will include infrastructure design, well design for scientific analysis, injection systems and regulatory planning and permissions. The successful bidder will also provide expertise in stakeholder/public engagement data management and business case development.

This Contract Notice is for a Geotechnical Advisor that can support UKRI in early stage development, planning and costing to maximise the efficiency and effectiveness of our investments.

The successful bidder will provide all necessary resources to fulfil this role as principal advisor but may choose to take the lead role with other ‘specialist’ sub-advisors in order to provide a pre-selected core team for consistency of approach.

II.2.5) Award criteria:
Quality criterion - Name: Technical/Quality / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 30


II.2.11) Information about options
Options: No


II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: The framework will be on a call-off basis for a period of 4 years. The total value of the framework will not exceed £9,000,000.


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Open


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes


IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-028332



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 27/06/2022

V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 7
Number of tenders received by electronic means: 7

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Ove Arup & Partners Ltd, 01312453
Ove Arup & Partners Limited, 8 Fitzroy Street, London, W1T 4BJ, United Kingdom
Internet address: http://www.arup.com
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 9,000,000
Total value of the contract/lot: 9,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: 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=695925301

VI.4) Procedures for review

VI.4.1) Review body
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN12 1FL, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 11/07/2022