Tender

(NU/1661) Framework Agreement for the Provision of Surveying, Servicing Maintenance and Repair for LEV Systems

  • Newcastle University

F02: Contract notice

Notice identifier: 2021/S 000-010278

Procurement identifier (OCID): ocds-h6vhtk-02af97

Published 11 May 2021, 2:17pm



Section one: Contracting authority

one.1) Name and addresses

Newcastle University

Newcastle University, Procurement Services, Kingsgate

Newcastle

NE1 7RU

Contact

Dr Emma Barksby

Email

emma.barksby@ncl.ac.uk

Telephone

+44 1912086298

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.ncl.ac.uk/

Buyer's address

https://www.ncl.ac.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

(NU/1661) Framework Agreement for the Provision of Surveying, Servicing Maintenance and Repair for LEV Systems

Reference number

DN543053

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

Newcastle University own and use multiple Local Exhaust Ventilation (LEV) systems such as fume hoods, Microbiological Safety Cabinets (MSCs) and numerous, often bespoke, systems including capture hoods and booths. The Control of Substances Hazardous to Health (COSHH) Regulations 2002 require LEV systems to undergo a thorough examination and test every 14 months by a competent person. To ensure regulatory compliance the University wishes to engage with a demonstrably competent supplier to assist with the management of our LEV systems by providing thorough examination and tests, fumigation and repair services including the provision of building-wide surveys and action planning. Testing is required in multiple buildings within the city centre campus and outlying sites including, but not limited to, the University farms at Cockle Park and Nafferton and the Dove Marine facility in Cullercoats (See Appendix 1 Campus Map and Appendix 2 Number of LEV). LEV systems are grouped by building but can also be grouped by the Unit (School/Institute/service) that owns and is responsible for the system(s). One building may house systems owned by multiple Units.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71310000 - Consultative engineering and construction services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The scope of the contract is to establish a framework agreement with one supplier appointed to deliver the entire service as described in the technical specification (Section 3). The supplier will be appointed based on the award criteria stated in Section 2.5. The chosen supplier will be required to carry out University-wide management of our LEV systems including servicing according to Regulation 9 of COSHH, repair, fumigation and building-wide surveys at the locations stated in Section 2.2 and appendix 2. Please note the numbers of LEV systems is subject to fluctuations. No warranties can be given as to the exact number of LEVs are to be serviced or fumigated each year. The management of our LEV systems includes whole scale management of the testing programme. Once provided with the details of LEV equipment, scope of works, locations and contacts the preferred contractor will manage the whole process to ensure the scope of works are completed.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £400,000

two.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 shall be reviewed on an annual basis and extended by mutual agreement of the parties.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

The framework is for 4 years.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 June 2021

Local time

12:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

15 June 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

Newcastle University

Newcastle upon Tyne

Country

United Kingdom

Internet address

https://www.ncl.ac.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Newcastle University will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing before the contract is entered into. Applicants have 2 working days from notification of the award decision to request additional debriefing and 4 / 4 that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address referred to in part 1.1 above. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages