UK-Swindon: Lift-maintenance services.

UK-Swindon: Lift-maintenance services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 7565200218, Email: STFCprocurement@ukri.org
Contact: STFC Procurement
Main Address: www.ukri.org, Address of the buyer profile: 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: 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:-Lift-maintenance-services./646VCM743A
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: UKRI-2137 Lift Maintenance, Reactive and Remedial Works at STFC
Reference Number: UKRI-2137
II.1.2) Main CPV Code:
50750000 - Lift-maintenance services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: UK Research and Innovation (UKRI) wishes to establish a Contract for the provision of Lift Maintenance, Reactive and Remedial Words at its Science and Technology Facilities Council (STFC).
II.1.5) Estimated total value:
Value excluding VAT: 480,000
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:
UKJ36 Central Hampshire
UKJ14 Oxfordshire

II.2.4) Description of procurement: This contract will cover lift maintenance, reactive and remedial works across the following STFC sites:
1) The Rutherford Appleton Laboratory (RAL), in Oxfordshire.
2) The STFC Chilbolton Observatory in Hampshire.
3) The Cosener’s House, in Abingdon.

The agreement shall be in place from 1st November 2022 for an initial period of 2 years until 31st October 2024, with two optional extensions of 1 year each after the initial 2 years (2+1+1).

The estimated value of the opportunity is up to £480,000 excl. VAT across a potential 4 year term, broken down approximately as follows:
Planned Preventative Maintenance: up to £35,000 per year
Reactive and Remedial Works: up to £30,000 per year
Estimate of new assets in new buildings/assets through contract term: £5,000 per year
Project Works: up to £50,000 per year

Site tours will be held on Wednesday 6th July at 10:00am and Thursday 7th July at 10:00am and will last no more than 2 hours. Suppliers need only attend one of these tours. Two attendees from each supplier organisation are permitted to attend a site tour at RAL.

To book on to the site tour, please submit the names, email addresses and vehicle registration numbers of those attending via the message function on the Delta eSourcing Portal, along with the date you wish to attend. Please confirm your attendance no later than 12:00pm on Monday 4th July .
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 480,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/11/2022 / End: 31/10/2026
This contract is subject to renewal: Yes
Description of renewals: The agreement shall be in place from 1st November 2022 for an initial 2 years until 31st October 2024, with 2 optional extensions of 1 year each after the initial 2 years (2+1+1 years)

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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
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.2.1) 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 - NO
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: 27/07/2022 Time: 14:00

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: 27/07/2022
Time: 14:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
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:-Lift-maintenance-services./646VCM743A

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/646VCM743A
VI.4) Procedures for review
VI.4.1) Review body:
Uk Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Email: commercial@ukri.org
VI.4.2) Body responsible for mediation procedures:
TBC
TBC, 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 lodging of appeals may be obtained:
UK Research and Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX11 0QX, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 22/06/2022

Annex A