Tender

Supply of Maintenance Services for the CL4 Laboratory Suite

  • Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security Agency

F02: Contract notice

Notice identifier: 2023/S 000-036821

Procurement identifier (OCID): ocds-h6vhtk-0425ad

Published 14 December 2023, 3:09pm



Section one: Contracting authority

one.1) Name and addresses

Secretary of State for Health and Social Care acting as part of the Crown through UK Health Security Agency

10 South Colonnade

London

E14 4PU

Contact

Claudiu Botoc

Email

commercialprogrammes@ukhsa.gov.uk

Country

United Kingdom

Region code

UKI42 - Tower Hamlets

Internet address(es)

Main address

https://www.gov.uk/government/organisations/uk-health-security-agency

Buyer's address

https://www.gov.uk/government/organisations/uk-health-security-agency

one.3) Communication

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of Maintenance Services for the CL4 Laboratory Suite

Reference number

UKHSA_ESTATES_146

two.1.2) Main CPV code

  • 50324200 - Preventive maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

UKHSA are carrying out tender exercise for the supply of a maintenance contractor covering the routine scheduled maintenance activities as well as the provision of reactive maintenance/support covering equipment, machinery, plant, structural fabric and services for the CL4 Laboratory Suite

As part of this requirement UKHSA requires all tenderers to sign a Confidential Disclosure Agreement before being given access to the tender documents. A copy of our Confidential Disclosure Agreement is available in the Documents section. Please complete the required tenderer details, electronically sign and return to UKHSA through the Atamis messaging system. We will then get the document signed internally and send out a copy of the fully signed Confidential Disclosure Agreement.

The full ITT and specification will be released to tenderers who have a fully signed CDA, with the tender response window being open until Monday 22nd January 2024.

Tenderers who signed the CDA late December or January can still participate in the mini-competition, however they will have a shorter response window as tenders will still be required to be submitted by Monday 22nd January 2024.

If there are any questions, please ask through the Atamis messaging system.

two.1.5) Estimated total value

Value excluding VAT: £1,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33180000 - Functional support

two.2.3) Place of performance

NUTS codes
  • UKI7 - Outer London – West and North West
Main site or place of performance

Initially will be only for our Colindale site, but we would encourage suppliers to indicate their geographical coverage of service.

two.2.4) Description of the procurement

Scope to be undertaken by the Maintenance Contractor covering the routine scheduled maintenance activities as well as the provision of reactive maintenance/support covering equipment, machinery, plant, structural fabric and services for the CL4 Laboratory Suite

Emergency Callout
The selected Maintenance Contractor must also be able to supply an emergency call-out service including the following:

• A continuous 24/7 telephone service available 365 days/year with a 4-hour response.
• Attendance on site, if required, within 48 hours.

CL4 Planned Maintenance Requirements
The CL4 Laboratory Suite comprises a number of Sub-systems:

• Facility Fabric, Including Laboratory and Shower Room
• Biosafety Cabinet Line
• Autoclave
• Effluent Treatment Plant
• HVAC System
• Alarms & Safety Systems
• Safety Instrumented Systems
• Utilities
• UPS
• Steam pipework
• Electrical systems

Typical Maintenance Frequency
Planned maintenance activities will be 6 monthly. This frequency is based upon manufacturers and industry wide data which determine the anticipated life of the component under assessment and this data is used to determine frequency of service/replacement. A Safety Integrity Level (SIL) assessment and verification has been carried out following an initial LOPA assessment to identify safety critical components and systems within the CL4 Laboratory

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: £1,500,000

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 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: No

four.2) Administrative information

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

Date

22 January 2024

Local time

5:00pm

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

four.2.7) Conditions for opening of tenders

Date

14 December 2023

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/