Opportunity

UKRI-1819 Total Facilities Management for The British Geological Survey

  • UK Research & Innovation

F02: Contract notice

Notice reference: 2022/S 000-021612

Published 5 August 2022, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

UK Research & Innovation

North Star Avenue

Swindon

SN12 1FL

Contact

Kate Richardson

Email

kate.richardson@ukri.org

Telephone

+44 7562167366

Country

United Kingdom

NUTS code

UKK14 - Swindon

National registration number

Polaris House

Internet address(es)

Main address

www.ukri.org

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Facilities-management-services./3K3WZ6PP35

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-1819 Total Facilities Management for The British Geological Survey

Reference number

UKRI-1819

two.1.2) Main CPV code

  • 79993100 - Facilities management services

two.1.3) Type of contract

Services

two.1.4) Short description

UKRI wishes to establish an integrated Total Facilities Management Framework Agreement for multiple British Geological Survey (BGS) sites.

The main requirement is for the head office, BGS Keyworth, which is located 5 miles from Nottingham city centre in the village of Keyworth. BGS moved to its current site in 1975 and occupies buildings of various ages dating from 1970 and have carried out an extensive refurbishment and new building programme.

The overarching scope of the services required will cover:

i.Hard FM Services

ii.Soft FM Services

iii.Minor Works and Projects

two.1.5) Estimated total value

Value excluding VAT: £16,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79993000 - Building and facilities management services
  • 72514100 - Facilities management services involving computer operation
  • 90910000 - Cleaning services
  • 77314000 - Grounds maintenance services
  • 79710000 - Security services
  • 45351000 - Mechanical engineering installation works
  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50712000 - Repair and maintenance services of mechanical building installations
  • 45310000 - Electrical installation work
  • 45315100 - Electrical engineering installation works
  • 50531000 - Repair and maintenance services for non-electrical machinery

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham
Main site or place of performance

Nottingham

two.2.4) Description of the procurement

UKRI wishes to appoint a sole supplier to deliver the full scope of requirement.

The framework agreement will not exceed 4 years. The maximum value of the framework agreement is £16,000,000.

two.2.5) Award criteria

Quality criterion - Name: Technical / Quality Criteria / Weighting: 55

Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 35

two.2.6) Estimated value

Value excluding VAT: £16,000,000

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The framework agreement may be retendered at the end of the 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 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As stated in the procurement documents


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 a single operator

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: 2022/S 000-002201

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

Date

12 September 2022

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

12 September 2022

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:-Facilities-management-services./3K3WZ6PP35

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/3K3WZ6PP35

GO Reference: GO-202285-PRO-20740904

six.4) Procedures for review

six.4.1) Review body

UK Research & Innovation

Swindon

SN12 1FL

Country

United Kingdom