Tender

UKRI-5020 STFC High Voltage (HV) - maintenance, reactive, remedial and project works

  • UK Research and Innovation

F02: Contract notice

Notice identifier: 2025/S 000-035505

Procurement identifier (OCID): ocds-h6vhtk-05546d

Published 26 June 2025, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 2FL

Email

stfcprocurement@ukri.org

Telephone

+44 1793442000

Country

United Kingdom

Region code

UKK14 - Swindon

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:-Repair-and-maintenance-services-of-electrical-machinery%2C-apparatus-and-associated-equipment./TH67UQY2E5

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/TH67UQY2E5

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 and innovation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UKRI-5020 STFC High Voltage (HV) - maintenance, reactive, remedial and project works

Reference number

UKRI-5020

two.1.2) Main CPV code

  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

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 HV for Daresbury Laboratory. PPM is the only guaranteed level of service requires through the contract, all reactive and remedial works, and any costs associated with new assets are an estimate and they are not guaranteed.

The services shall include PPM, reactive and remedial works for all assets on the Asset List and Service Schedule, to include:

HV Maintenance, reactive and remedial, which will encompass:

•Routine maintenance in accordance with attached ‘Annex A- Service Schedule’ to all HV, Safety Protection Systems. This Service Schedule is based on best working practice.

•To be able to provide a four hour response time based on receipt of call from site to physical engineer attendance on site.

•Reactive maintenance to all HV.

•Remedial maintenance to all HV. All quotes for such works shall be provided within 5 working days of receiving the quotation request.

•To be able to provide response times based on those outlined in the Priority Response times, based on receipt of call from the Helpdesk or Service Manager to the physical engineer attendance on site.

•Statutory Testing and Planned system Maintenance under permit control.

•Supporting HV Repair & Replacement.

•HV Risk Assessments, report findings and recommend actions (where known deficiencies exist).

•Provide facility specific RAM’s and operation/maintenance plans.

•Manufacturer’s recommendations.

Please see the tender documentation held on the eSourcing Portal for full details.

two.1.5) Estimated total value

Value excluding VAT: £532,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD61 - Warrington
Main site or place of performance

Warrington

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 HV for Daresbury Laboratory. PPM is the only guaranteed level of service requires through the contract, all reactive and remedial works, and any costs associated with new assets are an estimate and they are not guaranteed.

The services shall include PPM, reactive and remedial works for all assets on the Asset List and Service Schedule, to include:

HV Maintenance, reactive and remedial, which will encompass:

•Routine maintenance in accordance with attached ‘Annex A- Service Schedule’ to all HV, Safety Protection Systems. This Service Schedule is based on best working practice.

•To be able to provide a four hour response time based on receipt of call from site to physical engineer attendance on site.

•Reactive maintenance to all HV.

•Remedial maintenance to all HV. All quotes for such works shall be provided within 5 working days of receiving the quotation request.

•To be able to provide response times based on those outlined in the Priority Response times, based on receipt of call from the Helpdesk or Service Manager to the physical engineer attendance on site.

•Statutory Testing and Planned system Maintenance under permit control.

•Supporting HV Repair & Replacement.

•HV Risk Assessments, report findings and recommend actions (where known deficiencies exist).

•Provide facility specific RAM’s and operation/maintenance plans.

•Manufacturer’s recommendations.

Service Providers must be able to provide PPM on all assets. This PPM can be provided either by the Service Provider’s own in-house engineers, or sub-contracted engineers.

Please note that although site familiarisation will be provided during mobilisation and the first round of PPMs, thereafter it is the Service Provider’s responsibility to ensure engineers are familiar with the site.

Please see the tender documentation held on the eSourcing Portal for full details.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

A 3rd and 4th year released individually upon agreement from all parties.

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

two.2.14) Additional information

To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/TH67UQY2E5


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

28 July 2025

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

28 July 2025

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2029

six.2) Information about electronic workflows

Electronic invoicing will be accepted

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:-Repair-and-maintenance-services-of-electrical-machinery%2C-apparatus-and-associated-equipment./TH67UQY2E5

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/TH67UQY2E5

GO Reference: GO-2025626-PRO-31168876

six.4) Procedures for review

six.4.1) Review body

UK Research & Innovation

Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell

Oxford

OX11 0QX

Telephone

+44 1235446553

Country

United Kingdom