UK-Swindon: Building construction work.

UK-Swindon: Building construction work.
Section I: Contracting Authority
I.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 2FL, United Kingdom
Tel. +44 1793442000, Email: STFCprocurement@ukri.org
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: Yes.
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:-Building-construction-work./24UAG6G5S4
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/24UAG6G5S4 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-2960 Building R69 Design and Build
Reference Number: UKRI-2960
II.1.2) Main CPV Code:
45210000 - Building construction work.

II.1.3) Type of contract: WORKS
II.1.4) Short description: This document sets out the Client (UKRI) Brief for the Building to replace HRPD Building R69 for ISIS Neutron and Muon Source based at Rutherford Appleton Laboratory at Didcot, Oxfordshire. The new building will aim to provide ample space for the new instruments, better staff facilities and allow for future adaptability should new instruments or experiments need to be accommodated. The new building is proposed to be a 2-storey building built on the existing footprint. The proposed building contains a main Instrument Hall and supporting facilities such as Control Room, Meeting Room and Laboratory. The project is currently at RIBA Stage 3.
II.1.5) Estimated total value:
Value excluding VAT: 3,888,200
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKJ14 Oxfordshire

II.2.4) Description of procurement: This requirement document sets out the Client Brief for the Building to replace HRPD Building R69 for ISIS Neutron and Muon Source based at Rutherford Appleton Laboratory at Didcot, Oxfordshire. Estimated construction value £3,888,200 +VAT.

This is to be read in conjunction with the requirements detailed in Appendices in the eSourcing Portal.

The High Resolution Powder Diffractometer (HRPD) is a world leading neutron instrument, built in the 1980’s. It will be upgraded to become HRPD-x with increased capacity and capabilities utilising state of the art technology. The existing R69 HRPD Building is brick building at the end of a 90m guide tunnel. The guide tunnel consists of a portal frame, slab and concrete ‘F’ Section. A modular extension was added in 2019. Inadequate radiation shielding and lack of internal space available means the original building is no longer fit for purpose.

The new building will aim to provide ample space for the new instruments, better staff facilities and allow for future adaptability should new instruments or experiments need to be accommodated. The new HRPD-x Building is proposed to be a 2-storey building built on the existing footprint. The proposed building contains a main Instrument Hall and supporting facilities such as Control Room, Meeting Room and Laboratory. The Instrument Hall brief includes a fully removable interlocking concrete mezzanine floor over the instrument. A 6.3T crane is to be installed to allow for the lift out of the mezzanine floor panels and maintenance / replacement of elements of the Instrument. The Guide Tunnel is largely due to remain, with certain elements being removed and re-built including a portion the ‘F’ Section and with the entirety of the Guide Tunnel being re-clad. The project is currently at RIBA Stage 3. Appendix 3. Stage 3 Documents contains the Stage 3 Architectural, Structural and MEP design reports for the proposed building. The RIBA Stage 3 Report is to be validated and enhanced by the new design team under PCSA, as part of a two-stage design and build process by the successful contractor.

1. Increase in building size and footprint.
2. No impact on existing vehicular access.
3. Radiation shielding incorporated into design of the building (designs for shielding elements will be provided and validated by STFC).
4. Access into the instrument hall via a large roller shutter to remove equipment or instrument via over-head crane system. Large roller shutter door split and ground
floor to become large openable doors.
5. Provide internal vertical circulation from main entrance lobby.
6. Internal Pedestrian lift required.
7. External equipment lift with capacity of 1000kg.
8. First floor instrumentation hall floor panels to be removable.
9. Laboratory space at first floor.
10. Crane to allow removal of floor and instrument components – specification provided by client.
11. Staff welfare facilities.
12. Meeting room.
13. Instrument control room.
14. Re-clad/upgrade of guide tunnel.
15. Replacement of a portion of the concrete ‘F’ Section

Further details are contained in the tender documentation which should be read and understood fully.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 27/10/2023 / End: 20/02/2026
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: Yes
Description of options: The contract is for 2 stages, PCSA for the design and then, subject to UKRI instruction, the Build. The contract may end after the design PCSA stage.
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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/24UAG6G5S4


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: 2023/S 000 - 009308
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/09/2023 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: 25/09/2023
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:-Building-construction-work./24UAG6G5S4

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/24UAG6G5S4
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX11 0QX, United Kingdom
Tel. +44 1235446553
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: 04/08/2023

Annex A