UK Research & Innovation: UKRI-4139 STFC Height Safety Systems, Access Stair Walkways and Flagpole Maintenance

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

Notice Summary
Title: UKRI-4139 STFC Height Safety Systems, Access Stair Walkways and Flagpole Maintenance
Notice type: Contract Notice
Authority: UK Research & Innovation
Nature of contract: Services
Procedure: Open
Short Description: The aim of this procurement is to contract with a Supplier to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Fall Protections Systems, Eye Bolts, Walkways, CAT Ladders, External Staircases, Edge Protection, Key Clamp Guards, Staircase Glass Panels & Flag Poles - Maintenance, Reactive and Remedial Works across UKRI STFC RAL Estates
Published: 02/07/2024 14:53

View Full Notice

UK-Swindon: Health and safety services.
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:-Health-and-safety-services./64352WFY43
      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-4139 STFC Height Safety Systems, Access Stair Walkways and Flagpole Maintenance       
      Reference Number: UKRI-4139
      II.1.2) Main CPV Code:
      71317200 - Health and safety services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The aim of this procurement is to contract with a Supplier to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Fall Protections Systems, Eye Bolts, Walkways, CAT Ladders, External Staircases, Edge Protection, Key Clamp Guards, Staircase Glass Panels & Flag Poles - Maintenance, Reactive and Remedial Works across UKRI STFC RAL Estates       
      II.1.5) Estimated total value:
      Value excluding VAT: 460,000       
      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:
      UKJ14 Oxfordshire
      
      II.2.4) Description of procurement: The aim of this procurement is to contract with a Supplier to complete all Planned, Preventative Maintenance (PPM), reactive and remedial works pertaining to Fall Protections Systems, Eye Bolts, Walkways, CAT Ladders, External Staircases, Edge Protection, Key Clamp Guards, Staircase Glass Panels & Flag Poles - Maintenance, Reactive and Remedial Works across UKRI STFC RAL Estates (See Asst List, SFG20 Codes & Associated Tasks).
We wish to build a partnership with a supplier, put in place key performance indicators and provide value for money. This contract is for 3 years, with an optional extension of one year.
We are looking to contract with specialist (assets relevant) maintenance supplier who has technical capability to deliver all aspects of the services. Ideally, they should have the direct in-house labour to be able to maintain a variety of asset categories and asset types. The RAL site contains multiple buildings and engineer retained knowledge consistency is key to access and the suppliers contractual success.

The requirement is estimated up to £115,000 GBP ex VAT per year, of which £30,000 GBP is Planned Preventative Maintenance. The PPM is the only guaranteed spend, with reactive and remedial work being instructed as and when required. UKRI STFC Rutherford Appleton Laboratory (RAL) will be holding a site tour for this requirement. It is recommended that potential suppliers attend the site tour at RAL in order to gain complete clarity of the requirements and the environment.

Please access the eSourcing Portal for the full suite of documentation, specification, terms and site visit date.
      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: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contract may be extended for a 4th year, upon UKRI discretion.
      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: 08/08/2024 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: 08/08/2024
         Time: 11:00
      

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 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:-Health-and-safety-services./64352WFY43

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/64352WFY43
   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: 02/07/2024

Annex A


View any Notice Addenda

View Award Notice