Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
Telephone
+44 2072385921
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main 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
Contract 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 includes Preventative Maintenance visits and Corrective Maintenance visits, to be carried out on-site as and when required.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £528,409.51
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 APHA locations across England, Scotland and Wales.
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. This contract is for all Preventative Maintenance visits and Corrective Maintenance visits, to be carried out on-site as and when required. The full list of Equipment includes MSCs class I/II/III, with some requiring KI discus tests.
The initial contract period starts 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 estimated contract value for the full contract period (including optional extension and estimated cost of spare parts) is £528,409.51
two.2.5) Award criteria
Quality criterion - Name: Quality Criterion - Technical questions / Weighting: 70%
Price - Weighting: 30%
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.1.8) 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 000-014767
Section five. Award of contract
Contract No
ref 35831
Title
Contract for Supply and Maintenance of Microbiological Safety Cabinets and Local Exhaust Ventilation Systems
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 September 2022
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Contained Air Solutions
Units B & C, Broadlink
Middleton
M24 1UB
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
06130456
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £528,409.51
Section six. Complementary information
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
six.4.4) Service from which information about the review procedure may be obtained
Defra Group Commercial
17 Smith Square
London
SW1P 3JR
Country
United Kingdom