UK-Swindon: Health and safety services.

UK-Swindon: Health and safety services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue, Swindon, SN2 2FL, United Kingdom
Tel. +44 1793442000, Email: STFCprocurement@ukri.org
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:-Health-and-safety-services./64352WFY43
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-4139 STFC Height Safety Systems, Access Stair Walkways and Flagpole Maintenance
Reference Number: UKRI-4139
II.1.2) Main CPV Code:
71317200 - Health and safety services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The aim of this procurement is to contract with a Supplier to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Fall Protections Systems, Eye Bolts, Walkways, CAT Ladders, External Staircases, Edge Protection, Key Clamp Guards, Staircase Glass Panels & Flag Poles - Maintenance, Reactive and Remedial Works across UKRI STFC RAL Estates
II.1.5) Estimated total value:
Value excluding VAT: 460,000
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:
UKJ14 Oxfordshire

II.2.4) Description of procurement: The aim of this procurement is to contract with a Supplier to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Fall Protections Systems, Eye Bolts, Walkways, CAT Ladders, External Staircases, Edge Protection, Key Clamp Guards, Staircase Glass Panels & Flag Poles - Maintenance, Reactive and Remedial Works across UKRI STFC RAL Estates (See Asst List, SFG20 Codes & Associated Tasks).
We wish to build a partnership with a supplier, put in place key performance indicators and provide value for money. This contract is for 3 years, with an optional extension of one year.
We are looking to contract with specialist (assets relevant) maintenance supplier who has technical capability to deliver all aspects of the services. Ideally, they should have the direct in-house labour to be able to maintain a variety of asset categories and asset types. The RAL site contains multiple buildings and engineer retained knowledge consistency is key to access and the suppliers contractual success.

The requirement is estimated up to £115,000 GBP ex VAT per year, of which £30,000 GBP is Planned Preventative Maintenance. The PPM is the only guaranteed spend, with reactive and remedial work being instructed as and when required. UKRI STFC Rutherford Appleton Laboratory (RAL) will be holding a site tour for this requirement. It is recommended that potential suppliers attend the site tour at RAL in order to gain complete clarity of the requirements and the environment.

Please access the eSourcing Portal for the full suite of documentation, specification, terms and site visit date.
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: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The contract may be extended for a 4th year, upon UKRI discretion.
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: 08/08/2024 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: 08/08/2024
Time: 11:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
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 Yes
Electronic payment will be used No
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:-Health-and-safety-services./64352WFY43

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/64352WFY43
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX11 0QX, United Kingdom
Tel. +44 1235446553
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: 02/07/2024

Annex A