Skip to main content.

UK Research & Innovation: UKRI-2960 Building R69 Design and Build

  UK Research & Innovation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UKRI-2960 Building R69 Design and Build
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Works
Procedure: Open
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.
Published: 04/08/2023 15:04

View Full Notice

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


View any Notice Addenda

View Award Notice

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