UK-Swindon: Building construction work.

UK-Swindon: Building construction work.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Research and innovation

Section II: Object Of The Contract

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.
https://www.ukri.org/who-we-are/procurement-contract-transparency-data/

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 468,871.2

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKJ14 - Oxfordshire

Main site or place of performance:
Oxfordshire


II.2.4) Description of the 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:
Not Provided

II.2.11) Information about options
Options: Yes
Description of these 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.2.13) 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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/24UAG6G5S4


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: No


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: 2023/S 000-009308



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: UKRI-2960
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: 18/12/2023

V.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Scitech Engineering Ltd, 04341006
Scitech House, Mill Lane, Godalming, GU7 1EY, United Kingdom
NUTS Code: UKJ2
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: 468,871.2
Total value of the contract/lot: 468,871.2
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=832891406

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.4.3) 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: 03/01/2024