Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

UKRI-5020 STFC High Voltage (HV) - maintenance, reactive, remedial and project works

  • First published: 01 July 2025
  • Last modified: 01 July 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-05546d
Published by:
UK Research and Innovation
Authority ID:
AA70725
Publication date:
01 July 2025
Deadline date:
28 July 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

UK Research and Innovation

Polaris House, North Star Avenue

Swindon

SN2 2FL

UK

Telephone: +44 1793442000

E-mail: stfcprocurement@ukri.org

NUTS: UKK14

Internet address(es)

Main address: www.ukri.org

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./TH67UQY2E5


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.delta-esourcing.com/tenders/UK-title/TH67UQY2E5


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: 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

 

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: 532 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKD61


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.2.9) Information about the limits on the number of candidates to be invited

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: https://ukri.delta-esourcing.com/respond/TH67UQY2E5

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about 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: 28/07/2025

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

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: 28/07/2025

Local 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:

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:

https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Repair-and-maintenance-services-of-electrical-machinery%2C-apparatus-and-associated-equipment./TH67UQY2E5

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/TH67UQY2E5

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

UK

Telephone: +44 1235446553

VI.5) Date of dispatch of this notice

26/06/2025

Coding

Commodity categories

ID Title Parent category
50532000 Repair and maintenance services of electrical machinery, apparatus and associated equipment Repair and maintenance services of machinery

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
stfcprocurement@ukri.org
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.