Section one: Contracting authority
one.1) Name and addresses
Newcastle University
Newcastle University, Procurement Services, Kingsgate
Newcastle
NE1 7RU
Contact
Dr Emma Barksby
Telephone
+44 1912086298
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's 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
(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. End user contacts are assigned to each LEV system and this is based on the Unit to which the LEV belongs. 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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £250,000 / Highest offer: £400,000 taken into consideration
two.2) Description
two.2.2) Additional CPV code(s)
- 71315410 - Inspection of ventilation system
- 71321400 - Ventilation consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
To ensure regulatory compliance Newcastle 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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
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: 2021/S 000-010278
Section five. Award of contract
Contract No
NU/1661
Lot No
1
Title
Framework Agreement for the Provision of Surveying, Servicing, Maintenance and Repair for LEV Systems
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
2 August 2021
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Holiday Fielding Hocking Ltd
Unit 9a Place Mills, 143 Kirkstall Road
Leeds
LS3 1JL
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £250,000 / Highest offer: £400,000 taken into consideration
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Newcastle University
Newcastle upon Tyne
Country
United Kingdom
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