UK-Swindon: Repair and maintenance services of electrical machinery, apparatus and associated equipment.
UK-Swindon: Repair and maintenance services of electrical machinery, apparatus and associated equipment.
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:-Repair-and-maintenance-services-of-electrical-machinery%2C-apparatus-and-associated-equipment./TH67UQY2E5
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-title/TH67UQY2E5 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-5020 STFC High Voltage (HV) - maintenance, reactive, remedial and project works
Reference Number: UKRI-5020
II.1.2) Main CPV Code:
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
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 HV for Daresbury Laboratory. PPM is the only guaranteed level of service requires through the contract, all reactive and remedial works, and any costs associated with new assets are an estimate and they are not guaranteed.
The services shall include PPM, reactive and remedial works for all assets on the Asset List and Service Schedule, to include:
HV Maintenance, reactive and remedial, which will encompass:
•Routine maintenance in accordance with attached ‘Annex A- Service Schedule’ to all HV, Safety Protection Systems. This Service Schedule is based on best working practice.
•To be able to provide a four hour response time based on receipt of call from site to physical engineer attendance on site.
•Reactive maintenance to all HV.
•Remedial maintenance to all HV. All quotes for such works shall be provided within 5 working days of receiving the quotation request.
•To be able to provide response times based on those outlined in the Priority Response times, based on receipt of call from the Helpdesk or Service Manager to the physical engineer attendance on site.
•Statutory Testing and Planned system Maintenance under permit control.
•Supporting HV Repair & Replacement.
•HV Risk Assessments, report findings and recommend actions (where known deficiencies exist).
•Provide facility specific RAM’s and operation/maintenance plans.
•Manufacturer’s recommendations.
Please see the tender documentation held on the eSourcing Portal for full details.
II.1.5) Estimated total value:
Value excluding VAT: 532,000
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 to contract with a Service Provider to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to HV for Daresbury Laboratory. PPM is the only guaranteed level of service requires through the contract, all reactive and remedial works, and any costs associated with new assets are an estimate and they are not guaranteed.
The services shall include PPM, reactive and remedial works for all assets on the Asset List and Service Schedule, to include:
HV Maintenance, reactive and remedial, which will encompass:
•Routine maintenance in accordance with attached ‘Annex A- Service Schedule’ to all HV, Safety Protection Systems. This Service Schedule is based on best working practice.
•To be able to provide a four hour response time based on receipt of call from site to physical engineer attendance on site.
•Reactive maintenance to all HV.
•Remedial maintenance to all HV. All quotes for such works shall be provided within 5 working days of receiving the quotation request.
•To be able to provide response times based on those outlined in the Priority Response times, based on receipt of call from the Helpdesk or Service Manager to the physical engineer attendance on site.
•Statutory Testing and Planned system Maintenance under permit control.
•Supporting HV Repair & Replacement.
•HV Risk Assessments, report findings and recommend actions (where known deficiencies exist).
•Provide facility specific RAM’s and operation/maintenance plans.
•Manufacturer’s recommendations.
Service Providers must be able to provide PPM on all assets. This PPM can be provided either by the Service Provider’s own in-house engineers, or sub-contracted engineers.
Please note that although site familiarisation will be provided during mobilisation and the first round of PPMs, thereafter it is the Service Provider’s responsibility to ensure engineers are familiar with the site.
Please see the tender documentation held on the eSourcing Portal for full details.
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: 24
This contract is subject to renewal: Yes
Description of renewals: A 3rd and 4th year released individually upon agreement from all parties.
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/TH67UQY2E5
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: 28/07/2025 Time: 14:00
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: 28/07/2025
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: 2029
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:-Repair-and-maintenance-services-of-electrical-machinery%2C-apparatus-and-associated-equipment./TH67UQY2E5
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/TH67UQY2E5
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: 26/06/2025
Annex A