UK-Swindon: Pest-control services.

UK-Swindon: Pest-control services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793442000, Email: stfcprocurement@ukri.org
Contact: STFC Procurement
Main Address: www.ukri.org
NUTS Code: UKK14

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 and Innovation

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: UKRI-1446 - Pest Control at the Rutherford Appleton Laboratory
Reference number: UKRI-1446

II.1.2) Main CPV code:
90922000 - Pest-control services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: The Science and Technology Facilities Council, part of UK Research and Innovation are seeking proposals from suppliers to provide Pest Control Services at the Rutherford Appleton Laboratory.

The contract to be let on a 3+1 year basis.

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 300,000

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKJ14 - Oxfordshire

Main site or place of performance:
Oxfordshire


II.2.4) Description of the procurement: The Science and Technology Facilities Council, part of UK Research and Innovation are seeking proposals from suppliers to provide Pest Control Services at the Rutherford Appleton Laboratory.

SITE DETAILS
STFC is a world-leading multi-disciplinary science organisation. Their research seeks to understand the Universe from the largest astronomical scales to the tiniest constituents of matter, yet creates impact on a very tangible, human scale. For more information, please visit: www.stfc.ukri.org

a. The STFC estate comprises a portfolio of old and new buildings, comprising a diverse range of space/accommodation types including offices, reception, communal and amenity areas, laboratories and clean rooms.
b.The primary scope encompasses the Rutherford Appleton Laboratory (RAL), which is at the heart of the Harwell Campus in Oxfordshire, England. Approximately 1,200 staff at RAL support the work of more than 10,000 scientists and engineers, chiefly from the university research community. RAL’s pioneering research in areas such as energy, security, healthcare and the environment addresses important challenges facing society.
c.The RAL site is approximately 35 hectares and there are currently around 71 buildings on it. Please refer to Appendix D for details of the buildings site plan currently included in scope of the tender.
d.The contract should also provide services for Ridgeway House which is a 123 bedroom hotel at Rutherford Site (R87) and the Bright Horizons Nursery (Little Stars – R31). In addition, services should be provided for The Cosener’s House, Abingdon which is a 50 bedroom hotel and conference Centre set in grounds on the bank of the River Thames
e.There is a laboratory at Chilbolton near Stockbridge that consists of 8 buildings. Contractors should note that these areas are also in scope. Bidders should note, some buildings may change (be extended, removed or added)

General Service Requirement:

Internal and external rodent and insect control
Electric Fly killers
Rabbit control
Bed bug monitoring

II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60

Cost criterion - Name: Price / Weighting: 40


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: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-017106



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: 19/11/2021

V.2.2) Information about tenders
Number of tenders received: 14
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)
Countrywide Environmental Ltd, 11019709
12-20 Oxford Street, Newbury, RG14 1JB, United Kingdom
NUTS Code: UKJ11
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: 300,000
Total value of the contract/lot: 300,000
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=646974164

VI.4) Procedures for review

VI.4.1) Review body
UK Research and Innovation
Polaris House, North Star Avenue, 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: 29/11/2021