Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Contact
STFC Procurement
Telephone
+44 7565200218
Country
United Kingdom
Region code
UKK14 - Swindon
Internet address(es)
Main 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:-Lift-maintenance-services./598939Q59C
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-UK-Swindon:-Lift-maintenance-services./598939Q59C
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-2595 STFC Lift Maintenance, reactive and remedial works at STFC Daresbury Laboratory
two.1.2) Main CPV code
- 50750000 - Lift-maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
UK Research and Innovation (UKRI) wishes to establish a Contract for the provision of Lift Maintenance, Reactive and Remedial Words for its Science and Technology Facilities Council (STFC) at Daresbury Laboratory.
two.1.5) Estimated total value
Value excluding VAT: £360,000
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
This contract will cover lift maintenance, reactive and remedial works for the Daresbury Laboratory site in Warrington.
The agreement shall be in place from 1st April 2023 for an initial period of 2 years until 31st March 2025, with two optional extensions of 1 year each after the initial 2 years (2+1+1).
The estimated value of the opportunity is up to £360,000 excl. VAT across a potential 4 year term, broken down approximately as follows:
Planned Preventative Maintenance: up to £5,000 per year
Reactive and Remedial Works: up to £30,000 per year
Estimate of new assets in new buildings/assets through contract term: £5,000 per year
Project Works: up to £50,000 per year
UKRI STFC will be holding a site tour for this requirement. It is strongly recommended that potential suppliers attend the site tour at Daresbury Laboratory in order to gain complete clarity of the requirements and environment you would be working in.
A Site tour will be held on Tuesday 17th January at 10:00am and will last no more than 2 hours. Two attendees from each supplier organisation are permitted to attend a site tour at Daresbury Laboratory.
To book on to the site tour, please submit the names, email addresses and vehicle registration numbers of those attending via the message function on the Delta eSourcing Portal, along with the date you wish to attend. Please confirm your attendance no later than 12:00pm Friday 13th January 2023.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £360,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2025
This contract is subject to renewal
Yes
Description of renewals
The agreement shall be in place from 1st April 2023 for an initial 2 years until 31st March 2025, with 2 optional extensions of 1 year after the initial 2 years (2+1+1 years)
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
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
30 January 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
30 January 2023
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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:-Lift-maintenance-services./598939Q59C" target="_blank">https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Lift-maintenance-services./598939Q59C
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/598939Q59C" target="_blank">https://ukri.delta-esourcing.com/respond/598939Q59C
GO Reference: GO-20221221-PRO-21802425
six.4) Procedures for review
six.4.1) Review body
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
TBC
TBC
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
UK Research and Innovation
Science and Technology Facilities Council, Rutherford Appleton Laboratory, Harwell
Oxford
OX11 0QX
Country
United Kingdom