Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell
Oxford
OX11 0QX
Contact
STFC Procurement
Telephone
+44 1235446553
Country
United Kingdom
Region code
UKJ14 - Oxfordshire
Internet address(es)
Main address
Buyer's address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://ukri.delta-esourcing.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UKRI-3392 Project Works Framework for Daresbury Laboratory
Reference number
UKRI-3392
two.1.2) Main CPV code
- 45220000 - Engineering works and construction works
two.1.3) Type of contract
Works
two.1.4) Short description
The Science and Technology Facilities Council (STFC), part of UK Research and Innovation, requires a Framework Agreement for three suppliers over a maximum term of 4 years to provide minor construction works, mechanical and electrical works at Daresbury Laboratory, Warrington, UK.
two.1.5) Estimated total value
Value excluding VAT: £9,500,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD61 - Warrington
Main site or place of performance
Warrington
two.2.4) Description of the procurement
The Science and Technology Facilities Council (STFC), part of UK Research and Innovation, requires a Framework Agreement for three suppliers over a maximum term of 4 years to provide minor construction works, mechanical and electrical works at Daresbury Laboratory, Warrington, UK. The value of each project will be between £25k and £650k excluding VAT. The three contractors will work closely with the client to deliver a variety of construction works.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
There will be an optional 2-year extension following the initial 2-year contract term.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-035510
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 March 2024
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
18 March 2024
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: December 2025, or if extension is agreed December 2027
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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=836713448" target="_blank">https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=836713448
GO Reference: GO-202428-PRO-25126883
six.4) Procedures for review
six.4.1) Review body
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Country
United Kingdom