Construction Tenders

Sun October 20 2024

Related Information

Construction Contract Leads

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 25th Jan 2024

Tender Details
Referenceocds-h6vhtk-043465
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£22,114,143
« Previous Page

United Kingdom

Category Services

Type

No. of Lots 1

Status Active

Published 25th Jan 2024

Tender Details
Referenceocds-h6vhtk-043465
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£22,114,143

Section I: Contracting authority

I.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

Contact

DGCEnquiries [at] defra.gov.uk

Email

DGCEnquiries [at] defra.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-environment-food-rural-affairs

Buyer's address

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

I.3) Communication

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

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

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

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

Environment


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Servicing and Maintenance of Laboratory Equipment

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

The Environment Agency is seeking to appoint one (1) single Contractor to provide a proactive and reactive repair and maintenance service of laboratory equipment. The Contract for the Servicing and Maintenance of Laboratory Equipment will centre primarily on a list of laboratory equipment each with a service level chosen from a small group of specified, defined options. The asset list and chosen service level will be reviewed and amended regularly in line with equipment replacement and user requirement.

It is expected that the Contractor will act as a managed service provider, in that they will manage the relationships and sub-contracting arrangements with their second-tier providers.

The Contract will be awarded for an initial period of four (4) years and may be extended for additional periods up to a maximum period of four (4) years subject to performance, price competitiveness and ongoing need, bringing the total contract period to eight (8) years.

The following UK public sector bodies are authorised and enabled to use the contract;
• Animal and Plant Health Agency (APHA)
• Centre for Environment and Aquaculture Science (CEFAS)
• Any other Agencies and non-departmental public bodies of the Department for Environment, Food and Rural Affairs (Defra).

II.1.5) Estimated total value

Value excluding VAT: £22,114,143.02

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50800000 - Miscellaneous repair and maintenance services
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus
  • 50324200 - Preventive maintenance services

II.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

II.2.4) Description of the procurement

The Environment Agency is seeking to appoint one (1) single Contractor to provide a proactive and reactive repair and maintenance service of laboratory equipment. The Contract for the Servicing and Maintenance of Laboratory Equipment will centre primarily on a list of laboratory equipment each with a service level chosen from a small group of specified, defined options. The asset list and chosen service level will be reviewed and amended regularly in line with equipment replacement and user requirement.

It is expected that the Contractor will act as a managed service provider, in that they will manage the relationships and sub-contracting arrangements with their second-tier providers.

The Contract will be awarded for an initial period of four (4) years and may be extended for additional periods up to a maximum period of four (4) years subject to performance, price competitiveness and ongoing need, bringing the total contract period to eight (8) years.

The following UK public sector bodies are authorised and enabled to use the contract;
• Animal and Plant Health Agency (APHA)
• Centre for Environment and Aquaculture Science (CEFAS)
• Any other Agencies and non-departmental public bodies of the Department for Environment, Food and Rural Affairs (Defra).

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 50

II.2.6) Estimated value

Value excluding VAT: £22,114,143.02

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

Start date

1 October 2024

End date

30 September 2028

This contract is subject to renewal

Yes

Description of renewals

May be extended for additional periods up to a maximum period of four (4) years bringing the total contract period to eight (8) years

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

May be extended for additional periods up to a maximum period of four (4) years bringing the total contract period to eight (8) years.

Note that the estimated contract value in Sections II.1.5 and II.2.6 is the estimated value for both the initial contract period and the extension period and includes the estimated spend of the other organisations listed in the procurement documents.

The Authority is not obligated to extend the contract after the initial 48 months.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The procurement documents are available for unrestricted and full direct access, free of charge, at https://defra-family.force.com/s/Welcome

Any questions, requests to participate or tender submissions must be submitted electronically via this portal.

If you need technical help with the Atamis system, either when registering, or when completing a tender, please contact the Atamis support team e-mail Support [at] Atamis.co.uk or phone Tel: 029 2279 0052.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date

22 March 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

22 March 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Likely to be two years before the extension term expires which is 30/09/2030

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.4.2) Body responsible for mediation procedures

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Body

N/A

N/A

N/A

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit