Skip to main content.

UK Research & Innovation: UKRI-3663 STFC Industrial Doors - Maintenance, Reactive, Remedial and Project Works

  UK Research & Innovation has published this notice through Delta eSourcing

Notice Summary
Title: UKRI-3663 STFC Industrial Doors - Maintenance, Reactive, Remedial and Project Works
Notice type: Contract Award Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
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 Industrial Doors across STFC Estates (see ‘Annex B Asset List’ for the assets that shall be maintained in this contract). The services are currently sourced via a two-year contract, which comes to the end of its agreement in March 2024. We are now seeking to contract the services on a longer term basis. This is to build a partnership with a Service Provider, put in place key performance indicators and provide value for money.
Published: 11/06/2024 12:25

View Full Notice

UK-Swindon: Repair and maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       UK Research & Innovation
       Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
       Tel. +44 7563420665, Email: Elizabeth.Gage@ukri.org
       Contact: Elizabeth Gage
       Main Address: https://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: Yes

   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-3663 STFC Industrial Doors - Maintenance, Reactive, Remedial and Project Works            
      Reference number: UKRI-3663

      II.1.2) Main CPV code:
         50000000 - Repair and 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 Industrial Doors across STFC Estates (see ‘Annex B Asset List’ for the assets that shall be maintained in this contract). The services are currently sourced via a two-year contract, which comes to the end of its agreement in March 2024. We are now seeking to contract the services on a longer term basis. This is to build a partnership with a Service Provider, put in place key performance indicators and provide value for money.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 142,588
                  
         Currency:GBP            

   II.2) Description

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

      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the 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 Industrial Doors across STFC Estates (see ‘Annex B Asset List’ for the assets that shall be maintained in this contract). The services are currently sourced via a two-year contract, which comes to the end of its agreement in March 2024. We are now seeking to contract the services on a longer term basis. This is to build a partnership with a Service Provider, put in place key performance indicators and provide value for money. This contract is for 2 years, with two optional extensions of one year starting from approximately 1st April 2024, and the agreement shall be in place until 31st March 2026 with optional extensions to 31st March 2027 and 31st March 2028. A 1-month mobilisation period will take place for the Service Provider, which will commence 6th March 2024. We are looking to contract with a specialist Industrial Doors 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 a variety of brands of Industrial Doors (Manufacturers are listed in the ‘Annex B- Asset List’).

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 70
                  
      Cost criterion - Name: Price / Weighting: 30
            

      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: 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: 2024/S 000-000062
      
   

   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: 21/03/2024

      V.2.2) Information about tenders
         Number of tenders received: 3
         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)
             JPF Systems Ltd, 03359561
             Unit 1 &2, Apex Court, Bassendale Road, Bromborough, CH62 3RE, United Kingdom
             Tel. +44 1513439333
             NUTS Code: UK
            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: 142,558          
         Total value of the contract/lot: 142,558
         Currency: GBP

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

   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. The term and conditions relating to this purchase are provided in the Contract, which matches the Contract number cited in the narrative to this Purchase Order and are specific to this Contract. Where the Contract number is not so cited, then our standard terms and conditions will apply which are available at :- https://www.ukri.org/wp-content/uploads/2023/01/UKRI-090123-ProcurementContractData-2658-December2022.pdf
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=857019169

   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
          UK Research & Innovation
          Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX110QX, 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: 11/06/2024




View any Notice Addenda

View Award Notice