Tender

UKRI-1433 Electrical Maintenance Services at Daresbury Laboratory

  • UK Research and Innovation

F02: Contract notice

Notice identifier: 2021/S 000-017388

Procurement identifier (OCID): ocds-h6vhtk-02cb5a

Published 22 July 2021, 4:15pm



Section one: Contracting authority

one.1) Name and addresses

UK Research and Innovation

Polaris House

Swindon

SN2 1FL

Email

Elizabeth.Gage@ukri.org

Telephone

+44 7563420665

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ukri.org/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, 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-1433 Electrical Maintenance Services at Daresbury Laboratory

Reference number

UKRI-1433

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

UK Research and Innovation has a requirement to establish a contract for a single Contractor to provide Electrical Maintenance Services.

The following assets are on site and a full asset register is included as part of the tender documentation within Appendix G.

Portable Appliance Testing

Fixed Wire Testing

UPS

Lightning Protection

For each asset, there are three key components of the services:

1)Maintenance Service Delivery – Compliance Planned Preventative Maintenance (CPPM), Planned Preventative Maintenance (PPM), Remedial works and reactive works;

2)Asset Management Service – Verification and tagging of assets where data is missing;

3)Minor Works – projects related to the assets up to the value of £50,000 where the Client will provide a specification

The services do not include the management of Fume Cupboards or specialist Local Extract Ventilation.

two.1.5) Estimated total value

Value excluding VAT: £1,140,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

Maintenance Service Delivery

CPPM and PPM - The Contractor shall carry out all tasks described within the Electrical specification with due regard to operation and maintenance information, manufacturer’s instructions, industry best practice and any other instructions issued by the Client to the Contractor. The Contractor shall ensure that maintenance tasks are carried out to ensure that any warranties are not invalidated.

Low Voltage Systems - The Contractor will develop a 5-year periodic inspection and testing (fixed wire testing) plan for all buildings and electrical infrastructure.Reactive Maintenance - The Client may require reactive maintenance services for other assets not included in the asset register

Reinstatement - On completion of any of the services the Contractor shall ensure that all assets and any other items of equipment, control settings, etc., have been reinstated to the correct operational configuration and status.

Minor Works - The Contractor may be expected to manage and / or deliver Minor Capital Works i.e. works typically up to £50,000 in value as Additional Works.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,140,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

1 September 2021

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

2 September 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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-Swindon:-Repair-and-maintenance-services-of-electrical-machinery%2C-apparatus-and-associated-equipment./46W4NSBE34

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/46W4NSBE34

GO Reference: GO-2021722-PRO-18607887

six.4) Procedures for review

six.4.1) Review body

UK Research and Innovation

Polaris House

Swindon

SN2 1FL

Country

United Kingdom