Tender

Provision of centrifuge servicing and maintenance

  • Defra Network eTendering Portal

F02: Contract notice

Notice identifier: 2022/S 000-023847

Procurement identifier (OCID): ocds-h6vhtk-034cfc

Published 25 August 2022, 4:52pm



Section one: Contracting authority

one.1) Name and addresses

Defra Network eTendering Portal

17 Nobel House

London

SW1P 3JR

Email

colette.newton@defra.gov.uk

Telephone

+44 2072385921

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://defra.bravosolution.co.uk/

Buyer's address

www.defra.gov.uk

one.3) Communication

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

https://defra.bravsolution.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

Provision of centrifuge servicing and maintenance

Reference number

33690

two.1.2) Main CPV code

  • 50400000 - Repair and maintenance services of medical and precision equipment

two.1.3) Type of contract

Services

two.1.4) Short description

The Animal and Plant Health Agency (APHA) requires the provision of a centrifuge maintenance, repair and calibration service, including Preventative Maintenance visits and Corrective Maintenance visits, to be carried out on-site as and when required. The use of centrifuges is essential for the Agency to undertake all of its scientific activities as part of Defra’s priority to protect the country from plant and animal diseases

two.1.5) Estimated total value

Value excluding VAT: £278,000

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 sites across England, Scotland and Wales. Full address details can be found in the Tender document.

two.2.4) Description of the procurement

APHA requires the provision of a centrifuge maintenance, repair and calibration service, including Preventative Maintenance visits and Corrective Maintenance visits and calibration, to be carried out on-site as and when required. The use of centrifuges is essential for the Agency to undertake all of its scientific activities as part of Defra’s priority to protect the country from plant and animal diseases

The centrifuges are located across England, Scotland and Wales at various APHA laboratories. A significant proportion of the centrifuges are currently located at APHA Weybridge site.

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: £278,000

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

Duration in months

60

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

As per the tender documents

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

As stated in the Tender documents

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 000-018005

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

Date

28 September 2022

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 September 2022

Local time

12:30pm


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.3) Additional information

All tenders must be submitted on https://defra.bravosolution.co.uk

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