UK-Swindon: Repair and maintenance services of electrical building installations.

UK-Swindon: Repair and maintenance services of electrical building installations.

Preliminary Questions
This notice is published by:
Directive 2014/24/EU

Section I: Contracting authority/entity

I.1) Name and addresses
UK Research & Innovation
Medical Research Council, Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1235446553, Email: mrcprocurement@ukri.org
Main Address: https://www.ukri.org/, Address of the buyer profile: https://ukri.delta-esourcing.com/
NUTS Code: UK

I.4) Type of the contracting authority (in the case of a notice published by a contracting authority)
Body governed by public law

I.5) Main Activity (in the case of a notice published by a contracting authority)
Other activity:


Section II: Object

II.1) Scope of the procurement

II.1.1) Title: UKRI-1871 MRC LMB Electrical Services.
Reference number: Not Provided

II.1.2) Main CPV code:
50711000 - Repair and maintenance services of electrical building installations.

II.1.3) Type of contract: SERVICES

II.1.4) Short Description: MRC LMB Electrical Service Maintenance Contract

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 235,000
Currency: GBP


II.2) Description

II.2.2) Additional CPV codes:
50116100 - Electrical-system repair services.
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
50532400 - Repair and maintenance services of electrical distribution equipment.
50711000 - Repair and maintenance services of electrical building installations.
71314100 - Electrical services.


II.2.3) Place of performance:
UKH12 Cambridgeshire CC


II.2.4) Description of the procurement:
This is a voluntary ex ante transparency (VEAT) notice. This notice is to indicate that UKRI intends to contract with Drax Ltd for the continuation of the current service for Electrical Services Maintenance. The contract start date is likely to be 1st January 2022 for a period of one year to allow the Contracting Authority sufficient time to complete a review of its service requirements and conduct a compliant tender process for the new contract which will commence in January 2023. UKRI had intended to complete a review of the service requirements and undertake a full procurement process during 2021, however limitations and lack of suitable resource due to the Covid restrictions have delayed this process.

II.2.5) Award criteria
(Directive 2014/24/EU / Directive 2014/25/EU)

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: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below

IV.1.3) Information about framework agreement
The procurement involves the establishment of a framework agreement: 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 OJ S: Not provided

Section V: Award Of Contract/Concession

Award of Contract/Concession No: 1
Contract No: Not Provided Lot Number: Not Provided Title: Not Provided

V.2) Award of contract/concession

V.2.1) Date of contract award decision: 13/12/2021.

V.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No .

V.2.3) Name and address of the contractor/concessionaire, No. 1:
Drax Limtied, 12223843
Letchworth Garden City, United Kingdom
NUTS Code: UK
The contractor/concessionaire will be an SME: No


V.2.4) Information on value of the contract/lot/concession:
Initial estimated total value of the contract: Not Provided
Total value of the contract/lot/concession 235,000
Currency: GBP

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


Section VI: Complementary Information

VI.3) Additional Information:
We consider that it is in the best interest of both the authority, and economic operators, It will allow for the opportunity to be tendered in a fair and transparent process to establish value for money. Crucially it ensures that the future procurement process complies fully with our obligations under The Public Contracts Regulations 2015.
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=649996077
GO-20211214-PRO-19390217 TKR-20211214-PRO-19390216
VI.4) Procedures for review

VI.4.1) Review Body
UKRI
Swindon, United Kingdom

V1.4.2) Body responsible for mediation procedures:
Not Provided .

VI.4.3) Review procedure
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: 14/12/2021


Annex D1 - General Procurement
Justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union
Directive 2014/24/EU


2. Other justification for the award of the contract without prior publication of a call for competition in the Official Journal of the European Union

The procurement falls outside the scope of application of the directive: Yes

3. Explanation

Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union is
lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive: (500 words maximum)
This is a voluntary ex ante transparency (VEAT) notice. This notice is to indicate that UKRI intends to contract with Drax Ltd for the continuation of the current service for Electrical Services Maintenance. The contract start date is likely to be 1st January 2022 for a period of one year to allow the Contracting Authority sufficient time to complete a review of its service requirements and conduct a compliant tender process for the new contract which will commence in January 2023. UKRI had intended to complete a review of the service requirements and undertake a full procurement process during 2021, however limitations and lack of suitable resource due to the Covid restrictions have delayed this process.
We consider that it is in the best interest of both the authority, and economic operators, It will allow for the opportunity to be tendered in a fair and transparent process to establish value for money. Crucially it ensures that the future procurement process complies fully with our obligations under The Public Contracts Regulations 2015.