Skip to main content.

UK Research & Innovation: UKRI-2264 Statutory Inspections for Lifting Equipment, Pressure Systems and Local Exhaust Ventilation Systems at STFC

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

Notice Summary
Title: UKRI-2264 Statutory Inspections for Lifting Equipment, Pressure Systems and Local Exhaust Ventilation Systems at STFC
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: UK Research and Innovation’s (UKRI) Science and Technology Facilities Council (STFC) operates a number of large research facilities covering many areas of new and developing science and technology which incorporate many bespoke in-house designed systems. To comply with statutory inspection requirements set out in The Lifting Operations Lifting Equipment Regulations 1998 (LOLER), The Pressure Systems Safety Regulations 2000 (PSSR), and The Control of Substances Hazardous to Health Regulations 2002 (COSHH), STFC requires the services of an external provider (the Supplier) to undertake these periodic inspections.
Published: 30/09/2022 16:16

View Full Notice

UK-Swindon: Technical inspection services.
Section I: Contracting Authority
      I.1) Name and addresses
             UK Research & Innovation
             Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
             Tel. +44 7849307911, 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:-Technical-inspection-services./GY68854G9N
      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-2264 Statutory Inspections for Lifting Equipment, Pressure Systems and Local Exhaust Ventilation Systems at STFC       
      Reference Number: UKRI-2264
      II.1.2) Main CPV Code:
      71631000 - Technical inspection services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: UK Research and Innovation’s (UKRI) Science and Technology Facilities Council (STFC) operates a number of large research facilities covering many areas of new and developing science and technology which incorporate many bespoke in-house designed systems.

To comply with statutory inspection requirements set out in The Lifting Operations Lifting Equipment Regulations 1998 (LOLER), The Pressure Systems Safety Regulations 2000 (PSSR), and The Control of Substances Hazardous to Health Regulations 2002 (COSHH), STFC requires the services of an external provider (the Supplier) to undertake these periodic inspections.       
      II.1.5) Estimated total value:
      Value excluding VAT: 850,000       
      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:
      UKM75 Edinburgh, City of
      UKD61 Warrington
      UKC12 South Teesside
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: UK Research and Innovation’s (UKRI) Science and Technology Facilities Council (STFC) operates a number of large research facilities covering many areas of new and developing science and technology which incorporate many bespoke in-house designed systems.

To comply with statutory inspection requirements set out in The Lifting Operations Lifting Equipment Regulations 1998 (LOLER), The Pressure Systems Safety Regulations 2000 (PSSR), and The Control of Substances Hazardous to Health Regulations 2002 (COSHH), STFC requires the services of an external provider (the Supplier) to undertake these periodic inspections.

STFC site locations to be covered under this contract are:
- Rutherford Appleton Laboratory (RAL), Harwell Campus, Didcot, Oxfordshire, OX11 0QX, including Chilbolton Observatory, Drove Road, Chilbolton, Hampshire, SO20 6BJ
- Daresbury Laboratory (DL), Keckwick Lane, Daresbury, WA4 4AD
- The UK Astronomy Technology Centre (UKATC), Blackford Hill, Edinburgh, EH9 3HJ
- Boulby Underground Science Facility, Boulby Mine, Saltburn-by-the-Sea, Redcar & Cleveland, TS13 4UZ

The full technical specification for this procurement can be found at Appendix A. It is essential that this Appendix is fully read, understood and assessed when considering this opportunity.

Site Tour:
Given the nature of the requirement and the complex sites, UKRI STFC will be holding a site tour for this requirement at the RAL site. It is strongly recommended that potential suppliers attend the site tour at RAL in order to gain complete clarity of the requirements and environment you would be working in. Due to the comparatively limited number of inspections required at DL, UKATC and Boulby, the site tour will only be conducted at RAL. All information needed to submit a bid in relation to these other sites is included within the tender documentation.

Site tours at RAL will be held on Tuesday 18th October at 10:00 and Wednesday 19th October at 13:00 and will last no more than 2 hours. Suppliers need only attend one of these tours. Two attendees from each supplier organisation are permitted to attend a site tour.

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 16:00 on Friday 14th October.
      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: 850,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The Contract duration shall be for an initial period of 3 years from the commencement of the Contract, with an option to extend for a further period of 1 year (3 + 1).
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The estimated value of the opportunity over the potential 4 year duration is £600,000 - £700,000 excl. VAT (£150,000 - £175,000 excl. VAT per year) based on the anticipated number of days of inspections.

To allow for the potential of additional assets, additional days of inspections and report writing and additional written schemes of examination, the maximum spend under the Contract over the potential 4 year duration is £850,000 excl. VAT.
      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: 07/11/2022 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: 07/11/2022
         Time: 11:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: September 2026
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: UKRI is managing this procurement process in accordance with the Public Contracts Regulations 2015 (as may be amended from time to time) (the “Regulations”).

UKRI is procuring the Contract for its exclusive use.

UKRI shall utilise the e-sourcing portal Delta and all correspondence and submission of documents must be through that portal. Suppliers are to utilise the messaging system within the e-sourcing tool within the timescales detailed in this document.

If there is any doubt with regard to the ambiguity of any question or content contained in this questionnaire then Suppliers should raise a clarification question via the e-sourcing portal. Suppliers are to note that any requests for clarifications may not be considered by UKRI if they are not articulated by the Supplier within the discussion forum within the e-sourcing tool and received within the specified time.

All Tender Responses MUST be submitted through the portal. Please note, any submission of a Response which is outside of the e-sourcing portal will result in the Response not being considered.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Technical-inspection-services./GY68854G9N

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/GY68854G9N
   VI.4) Procedures for review
   VI.4.1) Review body:
             UK Research & Innovation
       Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
       Email: commercial@ukri.org
   VI.4.2) Body responsible for mediation procedures:
             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 & Innovation
       Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX110QX, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 30/09/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Swindon: Technical inspection 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 7849307911, 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-2264 Statutory Inspections for Lifting Equipment, Pressure Systems and Local Exhaust Ventilation Systems at STFC            
      Reference number: UKRI-2264

      II.1.2) Main CPV code:
         71631000 - Technical inspection services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: UK Research and Innovation’s (UKRI) Science and Technology Facilities Council (STFC) operates a number of large research facilities covering many areas of new and developing science and technology which incorporate many bespoke in-house designed systems. To comply with statutory inspection requirements set out in The Lifting Operations Lifting Equipment Regulations 1998 (LOLER), The Pressure Systems Safety Regulations 2000 (PSSR), and The Control of Substances Hazardous to Health Regulations 2002 (COSHH), STFC requires the services of an external provider (the Supplier) to undertake these periodic inspections.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 850,000
                  
         Currency:GBP            

   II.2) Description

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

      II.2.3) Place of performance
      Nuts code:
      UKM75 - Edinburgh, City of
      UKD61 - Warrington
      UKC12 - South Teesside
      UKJ14 - Oxfordshire
   
      Main site or place of performance:
      Edinburgh, City of
      Warrington
      South Teesside
      Oxfordshire
             

      II.2.4) Description of the procurement: UK Research and Innovation’s (UKRI) Science and Technology Facilities Council (STFC) operates a number of large research facilities covering many areas of new and developing science and technology which incorporate many bespoke in-house designed systems. To comply with statutory inspection requirements set out in The Lifting Operations Lifting Equipment Regulations 1998 (LOLER), The Pressure Systems Safety Regulations 2000 (PSSR), and The Control of Substances Hazardous to Health Regulations 2002 (COSHH), STFC requires the services of an external provider (the Supplier) to undertake these periodic inspections. STFC site locations to be covered under this contract are: - Rutherford Appleton Laboratory (RAL), Harwell Campus, Didcot, Oxfordshire, OX11 0QX, including Chilbolton Observatory, Drove Road, Chilbolton, Hampshire, SO20 6BJ - Daresbury Laboratory (DL), Keckwick Lane, Daresbury, WA4 4AD - The UK Astronomy Technology Centre (UKATC), Blackford Hill, Edinburgh, EH9 3HJ - Boulby Underground Science Facility, Boulby Mine, Saltburn-by-the-Sea, Redcar & Cleveland, TS13 4UZ The full technical specification for this procurement can be found at Appendix A. It is essential that this Appendix is fully read, understood and assessed when considering this opportunity. Site Tour: Given the nature of the requirement and the complex sites, UKRI STFC will be holding a site tour for this requirement at the RAL site. It is strongly recommended that potential suppliers attend the site tour at RAL in order to gain complete clarity of the requirements and environment you would be working in. Due to the comparatively limited number of inspections required at DL, UKATC and Boulby, the site tour will only be conducted at RAL. All information needed to submit a bid in relation to these other sites is included within the tender documentation. Site tours at RAL will be held on Tuesday 18th October at 10:00 and Wednesday 19th October at 13:00 and will last no more than 2 hours. Suppliers need only attend one of these tours. Two attendees from each supplier organisation are permitted to attend a site tour. 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 16:00 on Friday 14th October.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The estimated value of the opportunity over the potential 4 year duration is £600,000 - £700,000 excl. VAT (£150,000 - £175,000 excl. VAT per year) based on the anticipated number of days of inspections. To allow for the potential of additional assets, additional days of inspections and report writing and additional written schemes of examination, the maximum spend under the Contract over the potential 4 year duration is £850,000 excl. VAT.

      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: 2022/S 000-027615
      
   

   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: 09/01/2023

      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)
             Lloyds British - A Trading Division of Speedy Asset Services Limited, 06847930
             Chase House, 16 The Parks, Newton-le-Willows, WA12 0JQ, United Kingdom
             NUTS Code: UKD7
            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: Not Provided          
         Total value of the contract/lot: 850,000
         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=751543630

   VI.4) Procedures for review

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

      VI.4.2) Body responsible for mediation procedures
          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 & Innovation
          Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX110QX, United Kingdom

   VI.5) Date of dispatch of this notice: 18/01/2023