Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Contact
Elizabeth Gage
Telephone
+44 7563420665
Country
United Kingdom
Region 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.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-3663 STFC Industrial Doors - Maintenance, Reactive, Remedial and Project Works
Reference number
UKRI-3663
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The aim of this procurement is to contract with a Service Provider to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Industrial Doors across STFC Estates (see ‘Annex B Asset List’ for the assets that shall be maintained in this contract). The services are currently sourced via a two-year contract, which comes to the end of its agreement in March 2024. We are now seeking to contract the services on a longer term basis. This is to build a partnership with a Service Provider, put in place key performance indicators and provide value for money.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £142,588
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
The aim of this procurement is to contract with a Service Provider to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Industrial Doors across STFC Estates (see ‘Annex B Asset List’ for the assets that shall be maintained in this contract). The services are currently sourced via a two-year contract, which comes to the end of its agreement in March 2024. We are now seeking to contract the services on a longer term basis. This is to build a partnership with a Service Provider, put in place key performance indicators and provide value for money. This contract is for 2 years, with two optional extensions of one year starting from approximately 1st April 2024, and the agreement shall be in place until 31st March 2026 with optional extensions to 31st March 2027 and 31st March 2028. A 1-month mobilisation period will take place for the Service Provider, which will commence 6th March 2024. We are looking to contract with a specialist Industrial Doors maintenance Service Provider who has technical capability to deliver all aspects of the services. Preferably, they should have the direct in-house labour to be able to maintain a variety of brands of Industrial Doors (Manufacturers are listed in the ‘Annex B- Asset List’).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-000062
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
21 March 2024
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
JPF Systems Ltd
Unit 1 &2, Apex Court, Bassendale Road
Bromborough
CH62 3RE
Telephone
+44 1513439333
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
03359561
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £142,558
Total value of the contract/lot: £142,558
Section six. Complementary information
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. The term and conditions relating to this purchase are provided in the Contract, which matches the Contract number cited in the narrative to this Purchase Order and are specific to this Contract. Where the Contract number is not so cited, then our standard terms and conditions will apply which are available at :- https://www.ukri.org/wp-content/uploads/2023/01/UKRI-090123-ProcurementContractData-2658-December2022.pdf
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=857019169
GO Reference: GO-2024611-PRO-26550862
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
six.4.2) Body responsible for mediation procedures
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell
Oxford
OX110QX
Country
United Kingdom