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
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