Opportunity

Tender for Service and Maintenance of Microbiological Safety Cabinets (MSCs) and various Local Exhaust Ventilation (LEV) Equipment

  • Defra Network eTendering Portal

F02: Contract notice

Notice reference: 2022/S 000-014767

Published 26 May 2022, 3:11pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Contact

Colette Newton

Email

colette.newton@defra.gov.uk

Telephone

+44 2072385921

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.defra.gov.uk

Buyer's address

https://defra.bravosolution.co.uk

one.3) Communication

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

https://defra.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://defra.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Tender for Service and Maintenance of Microbiological Safety Cabinets (MSCs) and various Local Exhaust Ventilation (LEV) Equipment

Reference number

35831

two.1.2) Main CPV code

  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus

two.1.3) Type of contract

Services

two.1.4) Short description

The Animal and Plant Health Agency (APHA) requires the provision of a service and maintenance contract for LEV Equipment such as Microbiological Safety Cabinets (MSCs), laminar flow cabinets, flexible film isolators and downdraft tables. The Contract shall include Preventative Maintenance visits and Corrective Maintenance visits, to be carried out on-site as and when required.

two.1.5) Estimated total value

Value excluding VAT: £796,807

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Various across England, Scotland and Wales, please refer to tender documents for full address list.

two.2.4) Description of the procurement

APHA requires the provision of a service and maintenance contract for LEV Equipment such as Microbiological Safety Cabinets (MSCs) laminar flow cabinets, flexible film isolators and downdraft tables. The Contract shall include Preventative Maintenance visits and Corrective Maintenance visits, to be carried out on-site as and when required. The full list of Equipment is available on the tender documents, but includes MSCs class I/II/III, with some requiring KI discus tests.

The initial contract period is expected to start on 1st October 2022 for a period of two (2) years with an option to extend the period for up to thirty-six (36) months if necessary.

The Authority also reserves the right to include, in the scope of these requirements, the possibility of future service and of fume cupboards and hoods at a later date if required

The Services are required at 10 different sites located across England, Scotland and Wales (full address list is available in the tender documents), a significant volume of the Equipment is currently located at APHA Weybridge site.

The estimated contract value for the full contract period (including optional extension) is £796,807.00

two.2.5) Award criteria

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

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 October 2022

End date

30 September 2028

This contract is subject to renewal

No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the tender documents which are available from https://defra.bravosolution.co.uk

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the tender documents that are available from https://defra.bravosolution.co.uk

three.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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-008004

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

Date

29 June 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

29 June 2022

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WCA 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Defra Group Commercial

17 Smith Square

London

SW1P 3JR

Country

United Kingdom