UK-Swindon: Installation work of cooling equipment.

UK-Swindon: Installation work of cooling equipment.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, Swindon, SN2 1FL, United Kingdom
Tel. +44 1235446553, Email: procurement@stfc.ac.uk
Contact: STFC Procurement
Main Address: https://www.ukri.org
NUTS Code: UK
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Installation-work-of-cooling-equipment./5YQ64BANP4
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UKRI-2253 R80 Tower Decommissioning and Adiabatic Cooler Design and Build
Reference Number: UKRI-2253
II.1.2) Main CPV Code:
45331230 - Installation work of cooling equipment.

II.1.3) Type of contract: WORKS
II.1.4) Short description: UKRI wishes to establish a Contract for the provision of R80 Tower Decommissioning and Adiabatic Cooler Design and Build. The estimated value of this opportunity is £1,000,000 - £2,000,000. The scope includes management and delivery of design and construction services for the R80 Chilled water and process systems at the site address Rutherford Appleton Laboratory, Harwell, Oxford, Didcot OX11 0QX.
The Contractor is required to act as a design and build contractor and will be responsible for all civil, mechanical, electrical construction; installation and commissioning within the CDM Works area.
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
42500000 - Cooling and ventilation equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The Contractor is required to act as a design and build contractor and will be responsible for all civil, mechanical, electrical construction; installation and commissioning of the following – but not limited to - within the CDM Works area (i.e., The R80 roof area) and in accordance with the Completion Dates (See Provisional Programme within Appendix D - Project Brief).

- 8 No New Adiabatic coolers (AC’s).
- Connecting pipework and fittings to and the new AC’s within the CDM Works Area.
- All types of valves (isolation, regulating, non-return either manual or actuated).
- Commissioning sets and pressure reducing valves.
- Testing and drainage points.
- Basket and other Filters.
- All steel support work for the Adiabatic Coolers.
- All pipework supports.
- All local electrical power and signal cabling with cable trays etc and supports.
- All necessary civil surveying /setting out work.

The Contractor will be entirely responsible for organising the decommissioning and removal of the existing Balticare Cooling Towers within the CDM Works Area.

Background
The ISIS Neutron and Muon Source is a world-leading centre for research at the STFC Rutherford Appleton Laboratory near Oxford. The R80 facility houses the Second Target Station (TS2) and its associated neutron beamlines. At the end of each beam line is an instrument hut complete with research instrumentation all of which require a source of suitably graded cold demineralised water. The Demin cooling water used to cool the target is provided by a ‘closed loop’ circuit with the duty/standby pump arrangement; two Plate Heat Exchangers (PHExs) and associated controls situated within the Level 2 West Plant Area T222. Likewise, the instrument water is fed from a similar set up situated within the Level 2 West Plant Area T220 on the same storey. A source of cooling is also necessary for the focusing magnets and associated power supplies along the main proton beamline that leads to TS2 - known as the Extract Proton Beamline 2 or EPB2. The R6 Plant link room – situated in the corridor that links the R6 facility to R80 – houses the EPB2 Magnet Demin cooling water system and a separate power supplies Demin circuit. All the above ‘closed loop’ water circuits contain a ‘coarse’ grade cooling PHEx that uses the process water (PW) and a PHEx fed with chilled water (CHW) used to ‘trim’ each circuit Demin to the required Semin water supply temperature.

Currently the process water circuit is a ‘closed circuit’ system comprising of 5 No Balticare (BAC) VX1-180-4+XB towers each rated at 800 kW. These towers are located on the R80 4th floor roof. Adjacent to the roof area leading to the first two towers is the R80 Chilled Water Plant room (Level 4 West plant room T410) which houses both the duty/standby process water pumps and 3 No TRANE 850 kW R134a charged RTHD C2 D5 E4 Chillers which are water cooled using the PW. Flow is maintained through the packaged chillers and primary loop header system by duty/standby chilled water pumps located within the Level 2 West plan room T222 together with the target circuit. Besides providing cooling to the different CHW PHExs mentioned above the chilled water system also provides substantial space cooling via Fan Coil Units (FCUs) situated in the R80 office; laboratories; server and control rooms.

The water circuits were originally designed and installed by HADEN-YOUNG during the original construction phase of the R80 facility in 2006.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 32
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Additional information: We strongly recommend that you attend the Site Tour in order to gain complete clarity of our requirements. Please follow the instructions within the ITT.


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
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 - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/09/2022 Time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 30/09/2022
Time: 14:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Installation-work-of-cooling-equipment./5YQ64BANP4

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/5YQ64BANP4
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Swindon, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 15/08/2022

Annex A