Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell
Oxford
OX110QX
Contact
STFC Procurement
Telephone
+44 1235446553
Country
United Kingdom
Region code
UKJ14 - Oxfordshire
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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-2358 STFC Electrical Equipment Testing (Portable and Fixed Appliances)
Reference number
UKRI-2358
two.1.2) Main CPV code
- 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Service contract for the completion of all Electrical Equipment Testing for Portable and Fixed Appliances, across STFC Estates: Rutherford Appleton Laboratory, Chilbolton Observatory, and The Cosener's House.
two.1.5) Estimated total value
Value excluding VAT: £720,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Oxfordshire
two.2.4) Description of the procurement
Supplier to complete all Electrical Equipment Testing (Portable and Fixed Appliances) across STFC Estates. This contract is for 2 years, with two optional extensions of one year starting from approximately 1st May 2023, and the agreement shall be in place until 30th April 2025 with optional extensions to 30th April 2026 and 30th April 2027. The extension periods shall be based on meeting the key performance criteria within the first two and three years. We are looking to contract with a specialist supplier who has the technical capability to deliver in-line with IET In-service Inspection and Testing of Electrical Equipment, 5th Edition 2020 (or if superseded, then the current version) and STFC SHE Code SC17.
Our requirement is for a specialist supplier that will resource this contract to provide a dedicated, competent, and managed team who have a primary focus on pre-activity planning, liaison with the multiple clients appointed representatives, safety, reporting, quality, and respect for our operation. Currently the programme of inspection provides a continuous of works based on 1 and 4 yearly testing cycles.
Our facilities are not the usual office environments but, complex laboratory facilities where access arrangements require careful planning and liaison. Certain areas of the estate may require out of hours working to achieve the required outcomes.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £720,000
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
Contract may be extended by 1 year, and a further 1 year, after the minimum 2-year term (2 + 1 + 1). Renewal is depending on performance.
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
two.2.14) Additional information
To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/2F9RHHM29P
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
28 March 2023
Local time
2:00pm
Changed to:
Date
4 April 2023
Local time
2:00pm
See the change notice.
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
28 March 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: February 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Oxford:-Repair-and-maintenance-services-of-electrical-machinery%2C-apparatus-and-associated-equipment./2F9RHHM29P" target="_blank">https://ukri.delta-esourcing.com/tenders/UK-UK-Oxford:-Repair-and-maintenance-services-of-electrical-machinery%2C-apparatus-and-associated-equipment./2F9RHHM29P
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/2F9RHHM29P" target="_blank">https://ukri.delta-esourcing.com/respond/2F9RHHM29P
GO Reference: GO-2023220-PRO-22165378
six.4) Procedures for review
six.4.1) Review body
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Telephone
+44 1793547500
Country
United Kingdom