UK-Swindon: Repair and maintenance services of precision equipment.

UK-Swindon: Repair and maintenance services of precision equipment.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Polaris House, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867000, Email: mrcprocurement@ukri.org
Contact: Procurement Manager - MRC LMB
Main Address: 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-precision-equipment./5548R52455
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-2895 LIQUID CHROMATOGRAPHY (AKTA SYSTEMS) MAINTENANCE, INCLUDING SOFTWARE
Reference Number: UKRI-2895
II.1.2) Main CPV Code:
50430000 - Repair and maintenance services of precision equipment.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Laboratory of Molecular Biology (LMB) requires a service contract for liquid chromatography(AKTA) equipment.
II.1.5) Estimated total value:
Value excluding VAT: 700,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 A full/comprehensive service contract for AKTA instruments and software listed in ITT Appendix A Specification - requirement 5.1
Lot 2 A full/comprehensive/ best endeavour service contract for AKTA instruments and software listed in ITT Appendix A Specification - requirement 5.2

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Lot 1 A full/comprehensive service contract for all AKTA instruments and software listed in requirement 5.1
Lot No: 1
II.2.2) Additional CPV codes:
50430000 - Repair and maintenance services of precision equipment.

II.2.3) Place of performance:
UKH12 Cambridgeshire CC

II.2.4) Description of procurement: The LMB requires a comprehensive service contract for AKTA instruments to also cover its control software.
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: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/04/2023 / End: 31/03/2025
This contract is subject to renewal: Yes
Description of renewals: This contract may be extended by up to 2 years. The contract may be renewed at the end of the original term or at the end of the extended term.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This contract may be extended by up to 2 years, total possible contract duration is 4 years (2+1+1).
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/5548R52455
II.2) Description Lot No. 2

II.2.1) Title: Lot 2 A full/comprehensive/ best endeavour service contract for all AKTA instruments and software listed in ITT Appendix A - Specification - requirement 5.2
Lot No: 2
II.2.2) Additional CPV codes:
50430000 - Repair and maintenance services of precision equipment.

II.2.3) Place of performance:
UKH12 Cambridgeshire CC

II.2.4) Description of procurement: The LMB requires a comprehensive service contract for AKTA instruments to also cover its control software.
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: 350,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 31/03/2023 / End: 31/03/2025
This contract is subject to renewal: Yes
Description of renewals: This contract may be extended by up to 2 years. The contract may be renewed at the end of the original term or at the end of the extended term.

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: This contract may be extended by up to 2 years. The contract may be renewed at the end of the original term or at the end of the extended term.
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 - 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: 25/04/2023 Time: 15:00

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: 26/04/2023
Time: 10:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: February 2025 at the earliest
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
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-precision-equipment./5548R52455

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/5548R52455
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1235446553, Email: mrcprocurement@ukri.org
Internet address: www.ukri.org
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: 21/03/2023

Annex A