UK-Swindon: Repair and maintenance services of electrical machinery, apparatus and associated equipment.

UK-Swindon: Repair and maintenance services of electrical machinery, apparatus and associated equipment.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research and Innovation
Polaris House, Swindon, SN2 1FL, United Kingdom
Tel. +44 7563420665, Email: Elizabeth.Gage@ukri.org
Main Address: https://www.ukri.org/
NUTS Code: UK

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Research

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: UKRI-1433 Electrical Maintenance Services at Daresbury Laboratory
Reference number: UKRI-1433

II.1.2) Main CPV code:
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: UK Research and Innovation has a requirement to establish a contract for a single Contractor to provide Electrical Maintenance Services.

The following assets are on site and a full asset register is included as part of the tender documentation within Appendix G.
Portable Appliance Testing
Fixed Wire Testing
UPS
Lightning Protection

For each asset, there are three key components of the services:

1)Maintenance Service Delivery – Compliance Planned Preventative Maintenance (CPPM), Planned Preventative Maintenance (PPM), Remedial works and reactive works;
2)Asset Management Service – Verification and tagging of assets where data is missing;
3)Minor Works – projects related to the assets up to the value of £50,000 where the Client will provide a specification

The services do not include the management of Fume Cupboards or specialist Local Extract Ventilation.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 88,173.73

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Maintenance Service Delivery
CPPM and PPM - The Contractor shall carry out all tasks described within the Electrical specification with due regard to operation and maintenance information, manufacturer’s instructions, industry best practice and any other instructions issued by the Client to the Contractor. The Contractor shall ensure that maintenance tasks are carried out to ensure that any warranties are not invalidated.
Low Voltage Systems - The Contractor will develop a 5-year periodic inspection and testing (fixed wire testing) plan for all buildings and electrical infrastructure.Reactive Maintenance - The Client may require reactive maintenance services for other assets not included in the asset register
Reinstatement - On completion of any of the services the Contractor shall ensure that all assets and any other items of equipment, control settings, etc., have been reinstated to the correct operational configuration and status.
Minor Works - The Contractor may be expected to manage and / or deliver Minor Capital Works i.e. works typically up to £50,000 in value as Additional Works.

II.2.5) Award criteria:
Not Provided

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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Open


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No


IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-017388



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 15/09/2021

V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
KDE Limited, 04675574
Greenfields, Chester Road, Sutton Weaver, WA7 3EG, United Kingdom
NUTS Code: UK
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 88,173.73
Total value of the contract/lot: 88,173.73
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

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.
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=643783848

VI.4) Procedures for review

VI.4.1) Review body
UK Research and Innovation
Polaris House, Swindon, SN2 1FL, United Kingdom

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 16/11/2021