Tender

UKRI-2424 MRC LMB & ARES Water Treatment Servicing, Maintenance and Repair

  • UK Research & Innovation

F02: Contract notice

Notice identifier: 2022/S 000-028594

Procurement identifier (OCID): ocds-h6vhtk-0374cf

Published 11 October 2022, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

UK Research & Innovation

Medical Research Council, Polaris House

Swindon

SN2 1FL

Email

mrcprocurement@ukri.org

Telephone

+44 1223267175

Country

United Kingdom

Region code

UKK14 - Swindon

Internet address(es)

Main address

www.ukri.org

Buyer's 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./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

Email

legal@ukri.org

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