UK Research & Innovation: UKRI-3509 Provision of STFC Cranes, Hoists and Associated Services Maintenance Contract

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

Notice Summary
Title: UKRI-3509 Provision of STFC Cranes, Hoists and Associated Services Maintenance Contract
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: The aim of this procurement is to contract with a Supplier to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Cranes, Hoists and Associated Services owned STFC Estates. The contract is for an initial period of two years with the option to extend for a further one year period. The total value is £142,000 for the three year term.
Published: 14/11/2023 15:51
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Swindon: Miscellaneous repair and maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             UK Research & Innovation
             UK Research & Innovation, Polaris House, Swindon, SN2 1FL, United Kingdom
             Tel. +44 1793867000, Email: STFCProcurement@ukri.org
             Contact: STFC Procurement
             Main Address: https://www.ukri.org/, Address of the buyer profile: www.ukri.org
             NUTS Code: UKJ14
      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:-Miscellaneous-repair-and-maintenance-services./A84857D3S9
      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-3509 Provision of STFC Cranes, Hoists and Associated Services Maintenance Contract       
      Reference Number: UKRI-3509
      II.1.2) Main CPV Code:
      50800000 - Miscellaneous repair and maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The aim of this procurement is to contract with a Supplier to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Cranes, Hoists and Associated Services owned STFC Estates. The contract is for an initial period of two years with the option to extend for a further one year period. The total value is £142,000 for the three year term.       
      II.1.5) Estimated total value:
      Value excluding VAT: 142,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: This contract will cover all Cranes, Hoists and Associated Services maintenance, reactive and remedial works at
•The Rutherford Appleton Laboratory in Oxfordshire (RAL)
•Chilbolton Observatory in Hampshire
•The Cosener’s House, in Abingdon

Crane and Hoist Maintenance and associated minor works services will encompass, but not limited to, routine and reactive maintenance, statutory testing and planned system maintenance under permit control, installing new systems or modification to existing systems, supporting Safety Insurance Inspection, Repair & Replacement.

The Supplier is expected to provide service support 365 days per annum and 24 hrs per day. An emergency phone number must be made available in advance for weekend work and Christmas breaks.

It is a condition of appointment to this Agreement that the Supplier employs on the Client’s sites, only persons (direct employees and sub-contractor employees) who have satisfactorily completed a Basic Personnel Security Standard (BPSS) clearance.

All reactive, remedial works, and costs associated with new assets are an estimate and they are not guaranteed. Whilst it is STFC’s intention to purchase the majority of its requirements under this Contract Arrangement from the Supplier appointed, this does not confer any exclusivity on the appointed Supplier. STFC reserve the right to purchase any requirements (including those similar to this and covered by this procurement) from any Supplier outside of this Contract.

Planned PPM’s is the only guaranteed element of the contract with that value being between £60k and £72k throughout the 2+1 Year lifecycle of the contract. All other elements are not guaranteed, see specification extract below. This is further clarified within the specification document.

The anticipated start date of the contract is 1st February 2024.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Technical Criteria / Weighting: 70
                        
            Cost criterion - Name: Cost Criteria / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 142,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      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: Not provided       


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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      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: No       
   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: 19/12/2023 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: 19/12/2023
         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 No       
   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:-Miscellaneous-repair-and-maintenance-services./A84857D3S9

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/A84857D3S9
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research and Innovation (UKRI)
       Polaris House, North Star Avenue, Swindon, SN2 2BQ, United Kingdom
       Email: STFCProcurement@ukri.org
       Internet address: www.ukri.org
   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: 14/11/2023

Annex A


View any Notice Addenda

View Award Notice