UK-Oxford: Calibration services.

UK-Oxford: Calibration services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX110QX, United Kingdom
Tel. +44 1235446553, Email: STFCprocurement@ukri.org
Contact: STFC Procurement
Main Address: https://www.ukri.org, Address of the buyer profile: https://www.ukri.org/
NUTS Code: UKJ14

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-3179 Environmental Monitoring System calibration maintenance and support
Reference number: Not Provided

II.1.2) Main CPV code:
50433000 - Calibration services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: The Environmental Monitoring System must be checked and calibrated on an annual basis to ensure accurate and traceable data is being captured and Pharmagraph are the only supplier who can communicate with the proprietary firmware that is run on the particle counters.

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 218,991

Currency:GBP

II.2) Description

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

II.2.3) Place of performance
Nuts code:
UKJ14 - Oxfordshire

Main site or place of performance:
Oxfordshire


II.2.4) Description of the procurement: The Environmental Monitoring System must be checked and calibrated on an annual basis to ensure accurate and traceable data is being captured and Pharmagraph are the only supplier who can communicate with the proprietary firmware that is run on the particle counters.

II.2.5) Award criteria:

Price - Weighting: 10


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)


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
Not Provided


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: UKRI-3179
Lot Number: Not Provided
Title: Environmental Monitoring System calibration maintenance and support

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 30/04/2023

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: Not Provided

V.2.3) Name and address of the contractor

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

Contractor (No.1)
Acquisition Systems Ltd, 02429137
39 Ivanhoe Road, Hogwood Ind. Estate, Finchampstead, RG40 4QQ, United Kingdom
NUTS Code: UKJ14
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 218,991
Total value of the contract/lot: 218,991
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=795255166

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.4.3) 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
Not Provided

VI.5) Date of dispatch of this notice: 13/07/2023




ANNEX D

1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU

No tenders or no suitable tenders/requests to participate in response to: Not Provided



The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No

Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No

New works/services, constituting a repetition of existing works/services and ordered in accordance with the strict conditions stated in the directive: No
Service contract to be awarded to the winner or one of winners under the rules of a design contest: No


Purchase of supplies or services on particularly advantageous terms: No


3. Explanation
The Environmental Monitoring System must be checked and calibrated on an annual basis to ensure accurate and traceable data is being captured and Pharmagraph are the only supplier who can communicate with the proprietary firmware that is run on the particle counters. In addition, the top-level software that performs the supervisory, management and data analysis functions can only be maintained by Pharmagraph. Therefore competition is absent for technical reasons.