UK-Swindon: Repair and maintenance services of ships.

UK-Swindon: Repair and maintenance services of ships.
Section I: Contracting Authority
I.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1223221400, Email: basprocurement@ukri.org.uk
Main Address: http://www.ukri.org
NUTS Code: UKH12
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-Swindon:-Repair-and-maintenance-services-of-ships./AW5JT27E47
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Repair-and-maintenance-services-of-ships./AW5JT27E47 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: https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Repair-and-maintenance-services-of-ships./AW5JT27E47
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: UKRI-1441 NERC Vessels Maintenance Framework
Reference Number: UKRI-1441
II.1.2) Main CPV Code:
50241000 - Repair and maintenance services of ships.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: UKRI are seeking to engage in a fixed period contract with one company/entity to undertake refits on RRS “James Cook”, RRS “Discovery” and RRS “Sir David Attenborough” for a period of three years with options for a further two. The successful bidder for the vessel refits will also be able to provide global support should emergency repairs/dockings be required to be undertaken outside of scheduled maintenance periods
To ensure vessels are maintained to the standards required by UKRI, Flag State and Classification Society requirements.
To provide continuity in maintenance standards and utilise one organisation that will gain experience and knowledge of the UKRI vessels. To cover the global footprint of operations for UKRI vessels.
II.1.5) Estimated total value:
Value excluding VAT: 45,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
34500000 - Ships and boats.
34510000 - Ships.
34512000 - Ships and similar vessels for the transport of persons or goods.
50241000 - Repair and maintenance services of ships.
50244000 - Reconditioning services of ships or boats.
50245000 - Upgrading services of ships.
50240000 - Repair, maintenance and associated services related to marine and other equipment.
50241100 - Vessel repair services.

II.2.3) Place of performance:
UKH12 Cambridgeshire CC

II.2.4) Description of procurement: UKRI are seeking to engage in a fixed period contract with one company/entity to undertake refits on RRS “James Cook”, RRS “Discovery” and RRS “Sir David Attenborough” for a period of three years with options for a further two.
The Contract will
· ensure vessels are maintained to the standards required by UKRI.
· ensure vessels are maintained in accordance with Flag State and Classification Society requirements.
· provide continuity in maintenance standards and utilise one organisation that will gain experience and knowledge of the UKRI vessels.
· cover the global footprint of operations for UKRI vessels.
This contract will cover all scheduled refits for UKRI operated vessels including docking for a period of three years with options to extend the contract for a further two years. In addition, should it be required,emergency repairs and docking over the same period within the operating footprint of the vessels to enable the vessels to return to active science research in the shortest possible time frame; this may include any chartered vessels.
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: 45,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: A further 2, one year extensions to be presented as a 1 + 1 option. to be agreed upon completion of each year.
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: Not provided


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
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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 a single operator
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2021/S 000 - 011374
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 31/01/2022 Time: 12:00

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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 31/01/2022
Time: 17:00


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 Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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-of-ships./AW5JT27E47

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/AW5JT27E47
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Swindon, 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: 23/12/2021

Annex A