UK-Keyworth: Lighting systems.

UK-Keyworth: Lighting systems.
Section I: Contracting Authority
I.1) Name and addresses
UKRI - British Geological Survey
British Geological Survey, Nicker Hill, Nottingham, Keyworth, NG12 5GG, United Kingdom
Tel. +44 1235446553, Email: bgsprocurement@ukri.org
Contact: Helen Forsythe
Main Address: www.ukri.org
NUTS Code: UKF16
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: No.
I.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-Keyworth:-Lighting-systems./5M446QGX38
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: BGS Replacement Lighting Framework Agreement
Reference Number: UKRI 1869
II.1.2) Main CPV Code:
31527260 - Lighting systems.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: UKRI wishes to establish a Framework Agreement to support the British Geological Survey (BGS) with replacement lighting projects at their head office (Keyworth, Nottinghamshire).

As part of BGS’s strategy to reduce energy consumption we are looking to replace older style light fittings with more efficient LED alternatives. There will be additional benefits of cost saving through reduced maintenance requirements realised from increased life expectancy of installed parts and expected reduced frequency of lighting repairs.
The aim of the procurement is to put in place a framework of Suppliers, from which mini-competitions can be undertaken, to award Call-Off Contracts for individual lighting projects, as needed and afforded.
II.1.5) Estimated total value:
Value excluding VAT: 400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKF16 South Nottinghamshire

II.2.4) Description of procurement: To put in place a framework of Suppliers, from which mini-competitions can be undertaken, to award Call-Off Contracts for individual lighting projects, as needed and afforded.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Adherence to Specification & Quality of Technical Bid / Weighting: 30
Quality criterion - Name: Managing Competency & Continuity / Weighting: 10
Quality criterion - Name: Risk & Mitigation of Risk / Weighting: 10
Quality criterion - Name: Warranty Goods - Batteries / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 15
This contract is subject to renewal: Yes
Description of renewals: This framework Agreement will be awarded for the initial period ending March 2023 with an option to extend a further 2 x 12-month periods.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This framework Agreement will be awarded for the initial period ending March 2023 with an option to extend a further 2 x 12-month periods.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/5M446QGX38


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/01/2022 Time: 09:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 18/01/2022
Time: 09:00
Place:
Nottingham


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Keyworth:-Lighting-systems./5M446QGX38

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/5M446QGX38
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN12 1FL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 16/12/2021

Annex A