Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 2nd Jan 2024

Tender Details
Referenceocds-h6vhtk-042a57
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£288,000
More Tenders »

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 2nd Jan 2024

Tender Details
Referenceocds-h6vhtk-042a57
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£288,000

Section I: Contracting authority

I.1) Name and addresses

UK Research & Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Contact

Elizabeth Gage

Email

Elizabeth.Gage [at] ukri.org

Telephone

+44 7563420665

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ukri.org/

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other activity

Research


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

UKRI-3663 STFC Industrial Doors - Maintenance, Reactive, Remedial and Project Works

Reference number

UKRI-3663

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.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 Industrial Doors across STFC Estates (see ‘Annex B Asset List’ for the assets that shall be maintained in this contract).

The services are currently sourced via a two-year contract, which comes to the end of its agreement in March 2024. We are now seeking to contract the services on a longer term basis. This is to build a partnership with a Service Provider, put in place key performance indicators and provide value for money.

II.1.5) Estimated total value

Value excluding VAT: £288,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

II.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 Industrial Doors across STFC Estates (see ‘Annex B Asset List’ for the assets that shall be maintained in this contract).

The services are currently sourced via a two-year contract, which comes to the end of its agreement in March 2024. We are now seeking to contract the services on a longer term basis. This is to build a partnership with a Service Provider, put in place key performance indicators and provide value for money.

This contract is for 2 years, with two optional extensions of one year starting from approximately 1st April 2024, and the agreement shall be in place until 31st March 2026 with optional extensions to 31st March 2027 and 31st March 2028. A 1-month mobilisation period will take place for the Service Provider, which will commence 6th March 2024.

We are looking to contract with a specialist Industrial Doors maintenance Service Provider who has technical capability to deliver all aspects of the services. Preferably, they should have the direct in-house labour to be able to maintain a variety of brands of Industrial Doors (Manufacturers are listed in the ‘Annex B- Asset List’).

II.2.5) Award criteria

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

II.2.6) Estimated value

Value excluding VAT: £288,000

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

Duration in months

24

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

7 February 2024

Local time

2:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

7 February 2024

Local time

2:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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./KW3867RA9G" target="_blank">https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Repair-and-maintenance-services./KW3867RA9G

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/KW3867RA9G" target="_blank">https://ukri.delta-esourcing.com/respond/KW3867RA9G

GO Reference: GO-202412-PRO-24874269

VI.4) Procedures for review

VI.4.1) Review body

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

UK Research & Innovation

Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell

Oxford

OX110QX

Country

United Kingdom