Tender

QUB/2110/21 - Contract for the Provision of Local Exhaust Ventilation (LEV) Plant Maintenance Services

  • Queen's University Belfast

F02: Contract notice

Notice identifier: 2021/S 000-020192

Procurement identifier (OCID): ocds-h6vhtk-02d64f

Published 18 August 2021, 12:22pm



Section one: Contracting authority

one.1) Name and addresses

Queen's University Belfast

University Road

Belfast

BT7 1NN

Contact

Dónall Patton

Email

d.patton@qub.ac.uk

Country

United Kingdom

NUTS code

UKN06 - Belfast

Internet address(es)

Main address

https://www.qub.ac.uk/

Buyer's address

https://www.qub.ac.uk/directorates/FinanceDirectorate/visitors/procurement/

one.3) Communication

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

https://in-tendhost.co.uk/queensuniversitybelfast

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/queensuniversitybelfast

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

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

QUB/2110/21 - Contract for the Provision of Local Exhaust Ventilation (LEV) Plant Maintenance Services

Reference number

QUB/2110/21

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

Queen’s requires an Economic Operator(s) to provide planned and reactive maintenance services to a range of Local Exhaust Ventilation (LEV) Plant across the campus. Other services such as decommissioning, re-sitting and recommissioning of LEV Plant may also be required.This Contract for the Provision of Local Exhaust Ventilation (LEV) Plant Maintenance Services is divided into lots as follows:• Lot 1: Fume Cupboards, Extraction Systems and Clean Rooms• Lot 2: Microbiological Safety Cabinets• Lot 3: Cat III Containment LabsEconomic Operators are invited to tender for Lot 1, Lot 2 and Lot 3 or any combination of lots. Lots will be evaluated independently and Queen’s reserves the right to award each Lot separately.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Provision of Maintenance Services to Fume Cupboards, Extraction Systems and Clean Rooms

Lot No

1

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 39714110 - Extraction ventilators
  • 39141500 - Fume cupboards

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Belfast, Northern Ireland

two.2.4) Description of the procurement

This Contract is for the Provision of Maintenance Services to Local Exhaust Ventilation (LEV) Plant Maintenance Services, Lot 1: Fume Cupboards, Extractions Systems and Clean Rooms. The scope of this contract includes the following:-• Planned preventative maintenance to;Fume Cupboards, Econ Units, Radioactive Fume Cabinets and Safe Change Units, Fume Hoods, Fume Canopies, Laminar/Wet Bench/Down Flow Hoods, Extract Systems/ Extraction Arms etc., Clean Room• Reactive Maintenance – 24-hour callout and repair service.• Decommissioning, re-siting and recommissioning of Fume Cupboards and LEV Equipment.• Supply, installation and commissioning of Fume Cupboards and LEV Equipment.It should be noted that the Contract is primarily for the provision of both planned and reactive maintenance. Major and Minor refurbishments works projects carried out across Queen’s may require new installations or the re-siting of existing Fume Cupboards and LEV Equipment. However, Contractors should be aware that these requirements may be tendered separately.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30%

Cost criterion - Name: Price / Weighting: 70%

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

Duration in months

36

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: Yes

Description of options

Option to extend by up to a further 24 months.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Provision of Maintenance Services to Microbiological Safety Cabinets

Lot No

2

two.2.2) Additional CPV code(s)

  • 39714110 - Extraction ventilators
  • 50711000 - Repair and maintenance services of electrical building installations

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Belfast, Northern Ireland

two.2.4) Description of the procurement

This Contract is for is for the Provision of Maintenance Services to Local Exhaust Ventilation (LEV) Plant Maintenance Services, Lot 2: Microbiological Safety Cabinets. The scope of this Contract includes the following:-• Planned Preventative Maintenance of Microbiological Safety Cabinets.• Reactive Maintenance – 24-hour callout and repair service.• Decommissioning, re-siting and recommissioning of Safety Cabinets.• Supply, installation and commissioning of Safety Cabinets.It should be noted that the Contract is primarily for the provision of both planned and reactive maintenance. Major and Minor refurbishments works projects carried out across Queen’s may require new installations or the re-siting of existing LEV Plant including Microbiological Safety Cabinets. However, Contractors should be aware that these requirements may be tendered separately.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30%

Cost criterion - Name: Price / Weighting: 70%

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

Duration in months

36

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: Yes

Description of options

Option to extend its duration by up to a further 24 months

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Provision of Maintenance Services to Cat III Containment Lab

Lot No

3

two.2.2) Additional CPV code(s)

  • 50711000 - Repair and maintenance services of electrical building installations
  • 39714110 - Extraction ventilators

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Belfast, Northern Ireland

two.2.4) Description of the procurement

This Contract is for the Provision of Maintenance Services to Local Exhaust Ventilation (LEV) Plant Maintenance Services, Lot 3: Category III Containment Laboratories (Cat III Labs). The scope of this contract includes the following:-• Planned preventative maintenance of Cat III Labs.• Reactive maintenance - repairs and a 24 hour call out service.• Re-commissioning of Cat III labs e.g. after refurbishment.Please note that the Microbiological Safety Cabinets contained in the Cat III Labs are not included in the maintenance schedule here and are tendered for separately in Lot 2: Microbiological Safety Cabinets.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30%

Cost criterion - Name: Price / Weighting: 70%

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

Duration in months

36

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: Yes

Description of options

Option to extend by up to a further 24 months

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.1.2) 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


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

Date

17 September 2021

Local time

4:00pm

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

Tender must be valid until: 16 December 2021

four.2.7) Conditions for opening of tenders

Date

17 September 2021

Local time

4:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 5 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Queen's University Belfast

University Road

Belfast

BT7 1NN

Email

procurement@qub.ac.uk

Country

United Kingdom

Internet address

https://www.qub.ac.uk/directorates/FinanceDirectorate/visitors/procurement/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

This authority will incorporate a standstill period at the point information on the award of the contract is communicated to Tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.The Public Contract Regulations 2015 (SI 2015/102) (as amended) 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).