Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
UK Research & Innovation, Polaris House
Swindon
SN2 1FL
Contact
STFC Procurement
Telephone
+44 1793867000
Country
United Kingdom
Region code
UKJ14 - Oxfordshire
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
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-3509 Provision of STFC Cranes, Hoists and Associated Services Maintenance Contract
Reference number
UKRI-3509
two.1.2) Main CPV code
- 50800000 - Miscellaneous 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 Supplier to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Cranes, Hoists and Associated Services owned STFC Estates. The contract is for an initial period of two years with the option to extend for a further one year period. The total value is £142,000 for the three year term.
two.1.5) Estimated total value
Value excluding VAT: £142,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ14 - Oxfordshire
Main site or place of performance
Oxfordshire
two.2.4) Description of the procurement
This contract will cover all Cranes, Hoists and Associated Services maintenance, reactive and remedial works at
•The Rutherford Appleton Laboratory in Oxfordshire (RAL)
•Chilbolton Observatory in Hampshire
•The Cosener’s House, in Abingdon
Crane and Hoist Maintenance and associated minor works services will encompass, but not limited to, routine and reactive maintenance, statutory testing and planned system maintenance under permit control, installing new systems or modification to existing systems, supporting Safety Insurance Inspection, Repair & Replacement.
The Supplier is expected to provide service support 365 days per annum and 24 hrs per day. An emergency phone number must be made available in advance for weekend work and Christmas breaks.
It is a condition of appointment to this Agreement that the Supplier employs on the Client’s sites, only persons (direct employees and sub-contractor employees) who have satisfactorily completed a Basic Personnel Security Standard (BPSS) clearance.
All reactive, remedial works, and costs associated with new assets are an estimate and they are not guaranteed. Whilst it is STFC’s intention to purchase the majority of its requirements under this Contract Arrangement from the Supplier appointed, this does not confer any exclusivity on the appointed Supplier. STFC reserve the right to purchase any requirements (including those similar to this and covered by this procurement) from any Supplier outside of this Contract.
Planned PPM’s is the only guaranteed element of the contract with that value being between £60k and £72k throughout the 2+1 Year lifecycle of the contract. All other elements are not guaranteed, see specification extract below. This is further clarified within the specification document.
The anticipated start date of the contract is 1st February 2024.
two.2.5) Award criteria
Quality criterion - Name: Technical Criteria / Weighting: 70
Cost criterion - Name: Cost Criteria / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £142,000
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
19 December 2023
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
19 December 2023
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:-Miscellaneous-repair-and-maintenance-services./A84857D3S9" target="_blank">https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Miscellaneous-repair-and-maintenance-services./A84857D3S9
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/A84857D3S9" target="_blank">https://ukri.delta-esourcing.com/respond/A84857D3S9
GO Reference: GO-20231114-PRO-24404988
six.4) Procedures for review
six.4.1) Review body
UK Research and Innovation (UKRI)
Polaris House, North Star Avenue
Swindon
SN2 2BQ
Country
United Kingdom