Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Servicing and Maintenance of Laboratory Equipment

  • First published: 27 January 2024
  • Last modified: 27 January 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-043465
Published by:
ENVIRONMENT AGENCY (Defra Network eTendering Portal)
Authority ID:
AA83469
Publication date:
27 January 2024
Deadline date:
22 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

ENVIRONMENT AGENCY (Defra Network eTendering Portal)

Seacole Building, 2 Marsham Street

London

SW1P 4DF

UK

Contact person: DGCEnquiries@defra.gov.uk

E-mail: DGCEnquiries@defra.gov.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: 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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

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

 

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. <br/><br/>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. <br/><br/>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.<br/><br/>The following UK public sector bodies are authorised and enabled to use the contract;<br/>• Animal and Plant Health Agency (APHA)<br/>• Centre for Environment and Aquaculture Science (CEFAS)<br/>• 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  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

50800000

50410000

50324200

II.2.3) Place of performance

NUTS code:

UK


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

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 40

Quality criterion: Social Value / Weighting: 10

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 22 114 143.02  GBP

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

Start: 01/10/2024

End: 30/09/2028

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.2.9) Information about the limits on the number of candidates to be invited

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.<br/><br/>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.<br/><br/> 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<br/><br/>Any questions, requests to participate or tender submissions must be submitted electronically via this portal.<br/><br/>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@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 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: 22/03/2024

Local time: 12:00

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

EN

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: 22/03/2024

Local time: 12:00

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

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: 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

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: 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

UK

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

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

VI.5) Date of dispatch of this notice

25/01/2024

Coding

Commodity categories

ID Title Parent category
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
50324200 Preventive maintenance services Support services of personal computers
50000000 Repair and maintenance services Other Services
50410000 Repair and maintenance services of measuring, testing and checking apparatus Repair and maintenance services of medical and precision equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
DGCEnquiries@defra.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.