UK Research & Innovation is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | UKRI-1028 - Compressed Air Systems Maintenance |
Notice type: | Contract Notice |
Authority: | UK Research & Innovation |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | UKRI, Science and Technology Facilities Council (STFC) is an independent, non-departmental public body of the Department for Business, Energy & Industrial Strategy (BEIS). STFC have facilities at three main sites; a. The Rutherford Appleton Laboratory in Oxfordshire (RAL). b. The STFC Chilbolton Observatory in Hampshire. c. The Cosener’s House, in Abingdon. STFC are looking to appoint a contractor to carry out maintenance and services to their Compressed Air Systems. |
Published: | 30/10/2020 09:25 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX110QX, United Kingdom
Tel. +44 1235446553, Email: kevin.griffiths@ukri.org
Main Address: www.ukri.org
NUTS Code: UKJ14
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-Oxford:-Repair-and-maintenance-services./R37PE58HG6
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/R37PE58HG6 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-1028 - Compressed Air Systems Maintenance
Reference Number: UKRI-1028
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: UKRI, Science and Technology Facilities Council (STFC) is an independent, non-departmental public body of the Department for Business, Energy & Industrial Strategy (BEIS).
STFC have facilities at three main sites;
a. The Rutherford Appleton Laboratory in Oxfordshire (RAL).
b. The STFC Chilbolton Observatory in Hampshire.
c. The Cosener’s House, in Abingdon.
STFC are looking to appoint a contractor to carry out maintenance and services to their Compressed Air Systems.
II.1.5) Estimated total value:
Value excluding VAT: 2,400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
24113200 - Compressed air.
II.2.3) Place of performance:
UKJ14 Oxfordshire
II.2.4) Description of procurement: 1.02Compressed Air Systems Maintenance and associated minor works services will encompass:
•Routine maintenance (in accordance with BEIS SFG20/30 Services guidelines).
•Reactive maintenance.
•F Gas leak management/testing.
•Statutory Testing and Planned system Maintenance under permit control.
•Installing New Systems;
•Supporting Safety Insurance Inspection, Repair & Replacement;
•Specific Asset maintenance plans, operation Risk Assessments, isolation plans, working with extended Laboratory PTW systems, report findings and recommend actions (where known deficiencies exist).
•System design and consultancy etc.
•To be able to provide one hour response time based on receipt of call from site to physical engineer attendance on site.
•Provide customer access to online portal to enable Science and Technology Facilities Council estates staff to access real time data pertinent to the contract. Including current maintenance status of each system, outstanding works, call out status and details of quotations and their status.
•Minor works: the value of these works is typically in the range £1k - £50k exc. No guarantee of volumes or value of work per annum is given. It is a requirement that the Service Provider is able to provide a total project management package (CDM, design, planning consent, building regulations, fire regulations approval etc. and provision of any specialised external consultancies that may be required to support this function).
The full specification and requirements can be found within the Delta eSourcing Portal, mentioned below;
UKRI will be using the Delta eSourcing Portal for this procurement. To register on the Delta eSourcing portal please use the link https://www.delta-esourcing.com/ and follow the instructions to register. If you are already registered on the Delta eSourcing Portal and wish to participate in this procurement, please use the link: https://delta-esourcing.com/respond/R37PE58HG6 and the follow the instructions to ‘Login’. Once you are logged into the system you will be able to link yourself into this procurement using the Access Code stated in this notice. As a user of the Delta eSourcing Portal you will have access to the Delta messaging service which facilitates all messages sent to you and from you in relation to any specific tender event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Document Uploads tab within the Delta eSourcing Portal.
The contracting authority expressly reserves the right:
i. not to award any contract as a result of the procurement process commenced by publication of this notice; and
ii.to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the contracting authority be liable for any costs incurred by any supplier. If the contracting authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders.
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: 2,400,000
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 initial contract term of 2 years has been calculated as follows:
•Contract PPM £100,000 per annum (excluding VAT)
•Project Spend £500,000 per annum (excluding VAT)
If the optional extensions of 1 + 1 are utilised, then a further £600,000.00 per annum has been allocated as above however at this stage these funds are not guaranteed.
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://delta-esourcing.com/respond/R37PE58HG6
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: 14/12/2020 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: 14/12/2020
Time: 14:00
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 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://www.delta-esourcing.com/tenders/UK-UK-Oxford:-Repair-and-maintenance-services./R37PE58HG6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R37PE58HG6
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:
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: 30/10/2020
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell, Oxford, OX110QX, United Kingdom
Tel. +44 1235446553, Email: kevin.griffiths@ukri.org
Main Address: www.ukri.org
NUTS Code: UKJ14
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 and Innovation
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: UKRI-1028 - Compressed Air Systems Maintenance
Reference number: UKRI-1028
II.1.2) Main CPV code:
50000000 - Repair and maintenance services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: UKRI, Science and Technology Facilities Council (STFC) is an independent, non-departmental public body of the Department for Business, Energy & Industrial Strategy (BEIS).
STFC have facilities at three main sites;
a. The Rutherford Appleton Laboratory in Oxfordshire (RAL).
b. The STFC Chilbolton Observatory in Hampshire.
c. The Cosener’s House, in Abingdon.
STFC are looking to appoint a contractor to carry out maintenance and services to their Compressed Air Systems.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,400,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
24113200 - Compressed air.
II.2.3) Place of performance
Nuts code:
UKJ14 - Oxfordshire
Main site or place of performance:
Oxfordshire
II.2.4) Description of the procurement: 1.02Compressed Air Systems Maintenance and associated minor works services will encompass:
•Routine maintenance (in accordance with BEIS SFG20/30 Services guidelines).
•Reactive maintenance.
•F Gas leak management/testing.
•Statutory Testing and Planned system Maintenance under permit control.
•Installing New Systems;
•Supporting Safety Insurance Inspection, Repair & Replacement;
•Specific Asset maintenance plans, operation Risk Assessments, isolation plans, working with extended Laboratory PTW systems, report findings and recommend actions (where known deficiencies exist).
•System design and consultancy etc.
•To be able to provide one hour response time based on receipt of call from site to physical engineer attendance on site.
•Provide customer access to online portal to enable Science and Technology Facilities Council estates staff to access real time data pertinent to the contract. Including current maintenance status of each system, outstanding works, call out status and details of quotations and their status.
•Minor works: the value of these works is typically in the range £1k - £50k exc. No guarantee of volumes or value of work per annum is given. It is a requirement that the Service Provider is able to provide a total project management package (CDM, design, planning consent, building regulations, fire regulations approval etc. and provision of any specialised external consultancies that may be required to support this function).
The full specification and requirements can be found within the Delta eSourcing Portal, mentioned below;
UKRI will be using the Delta eSourcing Portal for this procurement. To register on the Delta eSourcing portal please use the link https://www.delta-esourcing.com/ and follow the instructions to register. If you are already registered on the Delta eSourcing Portal and wish to participate in this procurement, please use the link: https://delta-esourcing.com/respond/R37PE58HG6 and the follow the instructions to ‘Login’. Once you are logged into the system you will be able to link yourself into this procurement using the Access Code stated in this notice. As a user of the Delta eSourcing Portal you will have access to the Delta messaging service which facilitates all messages sent to you and from you in relation to any specific tender event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Document Uploads tab within the Delta eSourcing Portal.
The contracting authority expressly reserves the right:
i. not to award any contract as a result of the procurement process commenced by publication of this notice; and
ii.to make whatever changes it may see fit to the content and structure of the procurement; and in no circumstances will the contracting authority be liable for any costs incurred by any supplier. If the contracting authority decides to enter into a contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of bidders.
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: To respond to this opportunity please click here: https://delta-esourcing.com/respond/R37PE58HG6
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: 2020/S 215-528577
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: UKRI-1028
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: 25/01/2021
V.2.2) Information about tenders
Number of tenders received: 1
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)
Activ-Air Automation Ltd, 01512387
Belmont House, 9 Kimpton Road, Kimpton Industrial Estate, Sutton, SM3 9TE, United Kingdom
NUTS Code: UKI63
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: 2,400,000
Total value of the contract/lot: 2,331,904.43
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=566780890
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.4.3) 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: 03/02/2021