Section one: Contracting authority
one.1) Name and addresses
UK Research and Innovation
Polaris House
Swindon
SN2 1FL
Telephone
+44 7563420665
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
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:
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