Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Medical Research Council, Polaris House
Swindon
SN2 1FL
Telephone
+44 1223267175
Country
United Kingdom
Region code
UKK14 - Swindon
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
https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Facilities-management-services./8A462748FD
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-title/8A462748FD
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-2424 MRC LMB & ARES Water Treatment Servicing, Maintenance and Repair
Reference number
UKRI-2424
two.1.2) Main CPV code
- 79993100 - Facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
Water Treatment Servicing, Maintenance and Repair
two.1.5) Estimated total value
Value excluding VAT: £1,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45232430 - Water-treatment work
- 50700000 - Repair and maintenance services of building installations
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
Main site or place of performance
Cambridgeshire CC
two.2.4) Description of the procurement
Service, maintenance and repair of Water treatment assets, equipment and non-fixed plant. Equipment covered by the water services contract include legionnaires control — hot and cold-water services, boiler water treatment, water softeners and tanks, chillers, secondary chillers, closed circuit water treatment and RO water systems. To service and maintain systems as defined above in accordance with:
(a) manufacturer’s recommendations as set out in the O&M schedules as a minimum or as required to meet the needs of the as-built environment;
(b) all relevant PPM requirements as stated in SFG 20 maintenance standards;
(c) relevant BS EN standards;
(d) current fire regulations and all other applicable legal statutory requirements.
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: £1,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
Contract renewal at expiry
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Initial 3-year contract period with option to extend for a further 2 years (3+1+1) up to a maximum of 5 years in total
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
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
Date
11 November 2022
Local time
3:00pm
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
11 November 2022
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
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./8A462748FD
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/8A462748FD
GO Reference: GO-20221011-PRO-21122418
six.4) Procedures for review
six.4.1) Review body
UK Research & Innovation
Legal Department, Polaris House
Swindon
SN2 1FL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
UK Research & Innovation
Swindon
SN2 1FL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
UK Research & Innovation
Swindon
SN2 1FL
Country
United Kingdom