Skip to main content.

UK Research & Innovation: UKRI-2787 Fire Safety Maintenance, Reactive and Remedial works at STFC’s Daresbury Laboratory

  UK Research & Innovation is using Delta eSourcing to run this tender exercise

Notice Summary
Title: UKRI-2787 Fire Safety Maintenance, Reactive and Remedial works at STFC’s Daresbury Laboratory
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: UK Research and Innovation (UKRI) wishes to establish a Contract for the provision of Fire Safety Maintenance, Reactive and Remedial Words for its Science and Technology Facilities Council (STFC) at Daresbury Laboratory.
Published: 10/03/2023 14:00

View Full Notice

UK-Swindon: Repair and maintenance services of electrical machinery, apparatus and associated equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             UK Research & Innovation
             Polaris House, North Star Avenue, Swindon, SN2 1 FL, United Kingdom
             Tel. +11 1235446553, Email: stfcprocurement@ukri.org
             Contact: STFC Procurement
             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./45HQ3X89A4
      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-UK-Swindon:-Fire-alarm-systems./45HQ3X89A4 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-2787 Fire Safety Maintenance, Reactive and Remedial works at STFC’s Daresbury Laboratory       
      Reference Number: Not provided
      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: UK Research and Innovation (UKRI) wishes to establish a Contract for the provision of Fire Safety Maintenance, Reactive and Remedial Words for its Science and Technology Facilities Council (STFC) at Daresbury
Laboratory.       
      II.1.5) Estimated total value:
      Value excluding VAT: 760,000       
      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: This contract will cover Fire Safety maintenance, reactive and remedial works for the Daresbury Laboratory site in Warrington.

The agreement shall be in place from 17th June 2023 for an initial period of 2 years until 16th June 2025, with two optional extensions of 1 year each after the initial 2 years (2+1+1).

The estimated value of the opportunity is up to £760,000 excl. VAT across a potential 4 year term, broken down approximately as follows:
Planned Preventative Maintenance: up to £25,000 per year
Reactive and Remedial Works: up to £110,000 per year
Estimate of new assets in new buildings/assets through contract term: £5,000 per year.
Projects works: up to £50,000 per year

UKRI STFC will be holding a site tour for this requirement. It is strongly recommended that potential suppliers attend the site tour at Daresbury Laboratory in order to gain complete clarity of the requirements and environment you would be working in.
A Site tour will be held on at 10.00am on Thursday 30th March 2023 and will last no more than 2 hours. Two attendees from each supplier organisation are permitted to attend a site tour at Daresbury Laboratory.

To book on to the site tour, please submit the names, email addresses and vehicle registration numbers of those attending via the message function on the Delta eSourcing Portal, along with the date you wish to attend. Please confirm your attendance no later than Tuesday 28th March at 12:00pm.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality / Weighting: 70
                        
            Cost criterion - Name: Price / Weighting: 30
                              
      II.2.6) Estimated value:
      Value excluding VAT: 760,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 17/06/2023 / End: 16/06/2025       
      This contract is subject to renewal: Yes       
      Description of renewals: The agreement shall be in place from 17th June 2023 for an initial 2 years until 16th June 2025, with 2 optional extensions of 1 year after the initial 2 years (2+1+1 years).
      
      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: 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          
      Selection criteria as stated in the procurement documents       
      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    
      Selection criteria as stated in the procurement documents
      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: 19/04/2023 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: 19/04/2023
         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: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   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./45HQ3X89A4

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/45HQ3X89A4
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research & Innovation
       Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
       Tel. +44 1235446553, Email: commercial@ukri.org
   VI.4.2) Body responsible for mediation procedures:
             TBC
          TBC, TBC, 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 lodging of appeals may be obtained:
          UK Research and Innovation
       Science and Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, OX11 0QX, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 10/03/2023

Annex A


View any Notice Addenda

View Award Notice

UK-Swindon: Repair and maintenance services of electrical machinery, apparatus and associated equipment.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       UK Research & Innovation
       Polaris House, North Star Avenue, Swindon, SN2 1 FL, United Kingdom
       Tel. +11 1235446553, Email: stfcprocurement@ukri.org
       Contact: STFC Procurement
       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.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-2787 Fire Safety Maintenance, Reactive and Remedial works at STFC’s Daresbury Laboratory            
      Reference number: Not Provided

      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: UK Research and Innovation (UKRI) wishes to establish a Contract for the provision of Fire Safety Maintenance, Reactive and Remedial Words for its Science and Technology Facilities Council (STFC) at Daresbury Laboratory.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 760,000
                  
         Currency:GBP            

   II.2) Description

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

      II.2.3) Place of performance
      Nuts code:
      UKD61 - Warrington
   
      Main site or place of performance:
      Warrington
             

      II.2.4) Description of the procurement: This contract will cover Fire Safety maintenance, reactive and remedial works for the Daresbury Laboratory site in Warrington. The agreement shall be in place from 17th June 2023 for an initial period of 2 years until 16th June 2025, with two optional extensions of 1 year each after the initial 2 years (2+1+1). The estimated value of the opportunity is up to £760,000 excl. VAT across a potential 4 year term, broken down approximately as follows: Planned Preventative Maintenance: up to £25,000 per year Reactive and Remedial Works: up to £110,000 per year Estimate of new assets in new buildings/assets through contract term: £5,000 per year. Projects works: up to £50,000 per year UKRI STFC will be holding a site tour for this requirement.

      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: 2023/S 000-007081
      
   

   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: 05/06/2023

      V.2.2) Information about tenders
         Number of tenders received: 4
         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)
             Snowdonia Fire Protection Limited, 04674757
             The Old Smithy, Waunfawr, Caernarfon, LL55 4YS, United Kingdom
             Tel. +44 1286650235, Email: Servicemail@snowdonia-fire.co.uk
             Internet address: www.snowdonia-fire.co.uk
             NUTS Code: UKL12
            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: Not Provided          
         Total value of the contract/lot: 760,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
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=786260578

   VI.4) Procedures for review

      VI.4.1) Review body
          UK Research & Innovation
          Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
          Tel. +44 1235446553, Email: commercial@ukri.org

      VI.4.2) Body responsible for mediation procedures
          TBC
          TBC, TBC, 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
          UK Research and Innovation
          Science and Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, OX11 0QX, United Kingdom

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