UK-Swindon: Grounds maintenance services.

UK-Swindon: Grounds 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 7517499437, 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:-Grounds-maintenance-services./SXV97MNQ4S
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:-Preventive-maintenance-services./SXV97MNQ4S 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-2810 Landscaping Services Daresbury Laboratory
Reference Number: Not provided
II.1.2) Main CPV Code:
77314000 - Grounds maintenance services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The aim of this procurement is to contract with a Service Provider to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Grounds maintenance across STFC Estates.
II.1.5) Estimated total value:
Value excluding VAT: 620,000
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:
UKD61 Warrington

II.2.4) Description of procurement: The aim of this procurement is for UK Research and Innovation’s (UKRI) Science and Technology Facilities Council (STFC) to contract with a Service Provider to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Grounds maintenance across the STFC Daresbury Laboratory Estates. We are looking to contract with a specialist Grounds Maintenance Service Provider who has technical capability to deliver all aspects of the services. Preferably, they should have the direct in-house labour to be able to maintain the site areas.
The estimated value of the opportunity is up to £620,000 excl. VAT across a potential 4 year term, broken down approximately as follows:
Planned Preventative Maintenance: up to £30,000 per year
Planned Preventative Maintenance on additional assets: £5,000 per year
Reactive and Remedial Works: up to £70,000 per year
Projects works: up to £50,000 per year
UKRI STFC will be holding a site tour for this requirement. It is strongly recommended that potential suppliers attend the site tour at Daresbury Laboratory in order to gain complete clarity of the requirements and environment you would be working in.
A Site tour will be held on at 14:00 on Thursday 30th March 2023 and will last no more than 2 hours. Two attendees from each supplier organisation are permitted to attend a site tour at Daresbury Laboratory.
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 Tuesday 28th March 2023.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 620,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 16/06/2023 / End: 30/06/2025
This contract is subject to renewal: Yes
Description of renewals: This contract is for 2 years, with two optional extensions of one year starting from approximately 16th June 2023, and the agreement shall be in place until 30th June 2025 with optional extensions to 30th June 2026 and 30th June 2027.

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: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/SXV97MNQ4S


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: 19/04/2023

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: 19/04/2023
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 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-Swindon:-Grounds-maintenance-services./SXV97MNQ4S

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/SXV97MNQ4S
VI.4) Procedures for review
VI.4.1) Review body:
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 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: 14/03/2023

Annex A