UK-Swindon: Repair and maintenance services of electrical building installations.

UK-Swindon: Repair and maintenance services of electrical building installations.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
Medical Research Council, Polaris House, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793867000, Email: mrcprocurement@ukri.org
Main Address: www.ukri.org, Address of the buyer profile: www.ukri.org
NUTS Code: UK

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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Research

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: UKRI-2952 Specialist Electrical Maintenance Services
Reference number: UKRI-2952

II.1.2) Main CPV code:
50711000 - Repair and maintenance services of electrical building installations.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: Contract for Specialist Electrical Repair and Maintenance Services

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 2,451,214

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKH12 - Cambridgeshire CC

Main site or place of performance:
Cambridgeshire CC


II.2.4) Description of the procurement: The Specialist Electrical Maintenance Contract shall ensure that all maintainable assets in scope, including software, non-fixed plant and equipment within the various premises are maintained to the required ‘fit for function’ performance level, meeting the manufacturer’s and installer’s recommendations (whilst taking account of any supplementary servicing needs that arise from the as-built environment) and to ensure strict compliance with all statutory/legal and mandatory obligations. Business continuity is imperative as numerous key scientific areas require 24/7 response within 4 hours to FM problems as consequent failures of scientific experiments can put months of research in jeopardy In addition to the maintainable assets listed in ITT Appendix A Specification a significant proportion of this contract requires a specialist Building Management Systems (BMS) contractor to maintain and service the specialist state-of-the-art facilities, which use complex Tridium and Trend engineering solutions to support the challenging needs of complex scientific research programmes.

II.2.5) Award criteria:
Quality criterion - Name: Management Plan / Weighting: 15
Quality criterion - Name: Resources / Weighting: 15
Quality criterion - Name: Risks / Weighting: 10
Quality criterion - Name: Sub-contracted resources / Weighting: 15
Quality criterion - Name: Health and Safety Matters / Weighting: 5
Quality criterion - Name: Social Value Commitment Model / Weighting: 10

Cost criterion - Name: Price / Weighting: 30


II.2.11) Information about options
Options: Yes
Description of these options:The contract will have extension options of up to 2 further years. (Maximum contract duration is 5 years - 3+1+1)

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Procurement Contract Transparency Data: Redacted contract documents will be made available within the next 30 days on the UKRI website at: https://www.ukri.org/about-us/procurement-contract-transparency-data/


Section IV: Procedure

IV.1) Description

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


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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 OJEU: 2023/S 000-007891



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 23/06/2023

V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 1

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Drax (UK) Limited, 04164079
Pixmore Centre, Pixmore Avenue, Letchworth, Letchworth, SG6 1JG, United Kingdom
Tel. +44 345592300, Email: info@drax360.com
NUTS Code: UKH23
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,750,000
Total value of the contract/lot: 2,451,214
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: Yes
Value or proportion likely to be subcontracted to third parties:


Short description of the part of the contract to be subcontracted:
Not Provided
Section VI: Complementary information

VI.3) Additional information: Procurement Contract Transparency Data: Redacted contract documents will be made available within the next 30 days on the UKRI website at: https://www.ukri.org/about-us/procurement-contract-transparency-data/
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=782541693

VI.4) Procedures for review

VI.4.1) Review body
UK Research & Innovation
Legal Department, Polaris House, Swindon, SN2 1FL, United Kingdom
Email: legal@ukri.org

VI.4.2) Body responsible for mediation procedures
UK Research & Innovation
Legal Department, Polaris House, Swindon, SN2 1FL, United Kingdom
Email: legal@ukri.org

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
UK Research & Innovation
Legal Department, Polaris House, Swindon, SN2 1FL, United Kingdom

VI.5) Date of dispatch of this notice: 26/06/2023