Construction Contract Leads
North West
Category Services
Type
No. of Lots 1
Status Active
Published 26th Jun 2025
Reference | ocds-h6vhtk-05546d |
Common Procurement Vocabulary | Repair and maintenance services of electrical machinery, apparatus and associated equipment |
Procurement Method | Open procedure |
Value | £532,000 |
North West
Category Services
Type
No. of Lots 1
Status Active
Published 26th Jun 2025
Reference | ocds-h6vhtk-05546d |
Common Procurement Vocabulary | Repair and maintenance services of electrical machinery, apparatus and associated equipment |
Procurement Method | Open procedure |
Value | £532,000 |
Section I: Contracting authority
I.1) Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 2FL
stfcprocurement [at] ukri.org
Telephone
+44 1793442000
Country
United Kingdom
Region code
UKK14 - Swindon
Internet address(es)
Main address
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity
Research and innovation
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
UKRI-5020 STFC High Voltage (HV) - maintenance, reactive, remedial and project works
Reference number
UKRI-5020
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
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 HV for Daresbury Laboratory. PPM is the only guaranteed level of service requires through the contract, all reactive and remedial works, and any costs associated with new assets are an estimate and they are not guaranteed.
The services shall include PPM, reactive and remedial works for all assets on the Asset List and Service Schedule, to include:
HV Maintenance, reactive and remedial, which will encompass:
•Routine maintenance in accordance with attached ‘Annex A- Service Schedule’ to all HV, Safety Protection Systems. This Service Schedule is based on best working practice.
•To be able to provide a four hour response time based on receipt of call from site to physical engineer attendance on site.
•Reactive maintenance to all HV.
•Remedial maintenance to all HV. All quotes for such works shall be provided within 5 working days of receiving the quotation request.
•To be able to provide response times based on those outlined in the Priority Response times, based on receipt of call from the Helpdesk or Service Manager to the physical engineer attendance on site.
•Statutory Testing and Planned system Maintenance under permit control.
•Supporting HV Repair & Replacement.
•HV Risk Assessments, report findings and recommend actions (where known deficiencies exist).
•Provide facility specific RAM’s and operation/maintenance plans.
•Manufacturer’s recommendations.
Please see the tender documentation held on the eSourcing Portal for full details.
II.1.5) Estimated total value
Value excluding VAT: £532,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKD61 - Warrington
Main site or place of performance
Warrington
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 HV for Daresbury Laboratory. PPM is the only guaranteed level of service requires through the contract, all reactive and remedial works, and any costs associated with new assets are an estimate and they are not guaranteed.
The services shall include PPM, reactive and remedial works for all assets on the Asset List and Service Schedule, to include:
HV Maintenance, reactive and remedial, which will encompass:
•Routine maintenance in accordance with attached ‘Annex A- Service Schedule’ to all HV, Safety Protection Systems. This Service Schedule is based on best working practice.
•To be able to provide a four hour response time based on receipt of call from site to physical engineer attendance on site.
•Reactive maintenance to all HV.
•Remedial maintenance to all HV. All quotes for such works shall be provided within 5 working days of receiving the quotation request.
•To be able to provide response times based on those outlined in the Priority Response times, based on receipt of call from the Helpdesk or Service Manager to the physical engineer attendance on site.
•Statutory Testing and Planned system Maintenance under permit control.
•Supporting HV Repair & Replacement.
•HV Risk Assessments, report findings and recommend actions (where known deficiencies exist).
•Provide facility specific RAM’s and operation/maintenance plans.
•Manufacturer’s recommendations.
Service Providers must be able to provide PPM on all assets. This PPM can be provided either by the Service Provider’s own in-house engineers, or sub-contracted engineers.
Please note that although site familiarisation will be provided during mobilisation and the first round of PPMs, thereafter it is the Service Provider’s responsibility to ensure engineers are familiar with the site.
Please see the tender documentation held on the eSourcing Portal for full details.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
A 3rd and 4th year released individually upon agreement from all parties.
II.2.10) Information about variants
Variants will be accepted: No
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:
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
28 July 2025
Local time
2:00pm
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 months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
28 July 2025
Local time
2:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2029
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
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:
To respond to this opportunity, please click here:
GO Reference: GO-2025626-PRO-31168876
VI.4) Procedures for review
VI.4.1) Review body
UK Research & Innovation
Science & Technology Facilities Council, Rutherford Appleton Laboratory, Harwell
Oxford
OX11 0QX
Telephone
+44 1235446553
Country
United Kingdom