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