UK-Swindon: Technical inspection services.

UK-Swindon: Technical inspection 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 7849307911, 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: 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:-Technical-inspection-services./GY68854G9N
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-2264 Statutory Inspections for Lifting Equipment, Pressure Systems and Local Exhaust Ventilation Systems at STFC
Reference Number: UKRI-2264
II.1.2) Main CPV Code:
71631000 - Technical inspection services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: UK Research and Innovation’s (UKRI) Science and Technology Facilities Council (STFC) operates a number of large research facilities covering many areas of new and developing science and technology which incorporate many bespoke in-house designed systems.

To comply with statutory inspection requirements set out in The Lifting Operations Lifting Equipment Regulations 1998 (LOLER), The Pressure Systems Safety Regulations 2000 (PSSR), and The Control of Substances Hazardous to Health Regulations 2002 (COSHH), STFC requires the services of an external provider (the Supplier) to undertake these periodic inspections.
II.1.5) Estimated total value:
Value excluding VAT: 850,000
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:
UKM75 Edinburgh, City of
UKD61 Warrington
UKC12 South Teesside
UKJ14 Oxfordshire

II.2.4) Description of procurement: UK Research and Innovation’s (UKRI) Science and Technology Facilities Council (STFC) operates a number of large research facilities covering many areas of new and developing science and technology which incorporate many bespoke in-house designed systems.

To comply with statutory inspection requirements set out in The Lifting Operations Lifting Equipment Regulations 1998 (LOLER), The Pressure Systems Safety Regulations 2000 (PSSR), and The Control of Substances Hazardous to Health Regulations 2002 (COSHH), STFC requires the services of an external provider (the Supplier) to undertake these periodic inspections.

STFC site locations to be covered under this contract are:
- Rutherford Appleton Laboratory (RAL), Harwell Campus, Didcot, Oxfordshire, OX11 0QX, including Chilbolton Observatory, Drove Road, Chilbolton, Hampshire, SO20 6BJ
- Daresbury Laboratory (DL), Keckwick Lane, Daresbury, WA4 4AD
- The UK Astronomy Technology Centre (UKATC), Blackford Hill, Edinburgh, EH9 3HJ
- Boulby Underground Science Facility, Boulby Mine, Saltburn-by-the-Sea, Redcar & Cleveland, TS13 4UZ

The full technical specification for this procurement can be found at Appendix A. It is essential that this Appendix is fully read, understood and assessed when considering this opportunity.

Site Tour:
Given the nature of the requirement and the complex sites, UKRI STFC will be holding a site tour for this requirement at the RAL site. It is strongly recommended that potential suppliers attend the site tour at RAL in order to gain complete clarity of the requirements and environment you would be working in. Due to the comparatively limited number of inspections required at DL, UKATC and Boulby, the site tour will only be conducted at RAL. All information needed to submit a bid in relation to these other sites is included within the tender documentation.

Site tours at RAL will be held on Tuesday 18th October at 10:00 and Wednesday 19th October at 13:00 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.

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 16:00 on Friday 14th October.
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: 850,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: The Contract duration shall be for an initial period of 3 years from the commencement of the Contract, with an option to extend for a further period of 1 year (3 + 1).

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The estimated value of the opportunity over the potential 4 year duration is £600,000 - £700,000 excl. VAT (£150,000 - £175,000 excl. VAT per year) based on the anticipated number of days of inspections.

To allow for the potential of additional assets, additional days of inspections and report writing and additional written schemes of examination, the maximum spend under the Contract over the potential 4 year duration is £850,000 excl. VAT.
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: 07/11/2022 Time: 11:00

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: 07/11/2022
Time: 11:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: September 2026
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: UKRI is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the “Regulations”).

UKRI is procuring the Contract for its exclusive use.

UKRI shall utilise the e-sourcing portal Delta and all correspondence and submission of documents must be through that portal. Suppliers are to utilise the messaging system within the e-sourcing tool within the timescales detailed in this document.

If there is any doubt with regard to the ambiguity of any question or content contained in this questionnaire then Suppliers should raise a clarification question via the e-sourcing portal. Suppliers are to note that any requests for clarifications may not be considered by UKRI if they are not articulated by the Supplier within the discussion forum within the e-sourcing tool and received within the specified time.

All Tender Responses MUST be submitted through the portal. Please note, any submission of a Response which is outside of the e-sourcing portal will result in the Response not being considered.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Technical-inspection-services./GY68854G9N

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/GY68854G9N
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & 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 & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX110QX, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 30/09/2022

Annex A