UK-Swindon: Engineering-related scientific and technical services.

UK-Swindon: Engineering-related scientific and technical services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
Polaris House, North Star Anvenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 7562167366, 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-3140 Marine Technical Advisor for UKRI-NERC
Reference number: UKRI-3140

II.1.2) Main CPV code:
71350000 - Engineering-related scientific and technical services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: UKRI wishes to establish a framework agreement (“Agreement”) for the provision of a marine technical advisor for UKRI-NERC. The purpose of this procurement is to appoint a supplier to support the Natural Environment Research Council (NERC) in delivering a broad range of marine technical advice. The Agreement will be set up to appoint a single Supplier who will act as the main contractor. The Supplier may choose to take the lead role with other ‘specialist’ sub-advisors in order to provide a pre-selected core team for breadth of expertise and consistency of approach. The following organisations can access this framework Agreement: •National Oceanography Centre, Southampton (NOC) •UK Research & Innovation (UKRI).

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 5,000,000

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKK14 - Swindon

Main site or place of performance:
Swindon


II.2.4) Description of the procurement: The scope of the Agreement will include provision of: •Advice (including feasibility) & designs for existing vessels to improve fuel efficiency, safety, operability, scientific or environmental performance. •Specifications and supervision of works including but not limited to: ospecifications for modifications oreview of/comment on proposals/plans oreview of/comment on production design and drawings otesting of machinery and equipment osupport for ship trials oprogress reporting to support modifications & refits and advise on follow-on activities. •Advice on marine infrastructure and equipment. •Advice/supervision on repair/modification works to vessels funded through or chartered by UKRI-NERC. •Marine safety assurance to the owner/operator.

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

Cost criterion - Name: Price / Weighting: 25
Cost criterion - Name: Price Question / Weighting: 5


II.2.11) Information about options
Options: Yes
Description of these options:The Agreement duration shall be for a period of 3-years from commencement of the Agreement with an optional extension of up to 1-year in total.

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 following organisations can access this framework Agreement: •National Oceanography Centre, Southampton (NOC) •UK Research & Innovation (UKRI). To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/YEK5V699B6


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 000-026036



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: 09/01/2024

V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 6
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)
Houlder Limited, 04400298
Leytonstone House, 3 Hanbury Drive, London, E11 1GA, United Kingdom
Tel. +44 2072831220, Email: enquiries@houlderltd.com
Internet address: https://www.houlderltd.com
NUTS Code: UKI
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 5,000,000
Total value of the contract/lot: 5,000,000
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=834672152

VI.4) Procedures for review

VI.4.1) Review body
UK Research & Innovation
Swindon, SN2 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: 11/01/2024