Award

PS729,000.00

DSTL

This public procurement record has 1 release in its history.

Award

19 Dec 2023 at 14:49

Summary of the contracting process

The Defence Science & Technology Laboratory (DSTL) under the UK Ministry of Defence (MoD) has completed a procurement process for the installation services of laboratory equipment in the services category. They have awarded a 5-year contract to Contained Air Solutions (CAS) Ltd for the provision of 14 Class III Microbiological Safety Cabinets, with an estimated value between £775k to £875k. The procurement method used was a limited process, negotiated without publication of a contract notice.

This tender provides opportunities for businesses specializing in installation services of laboratory equipment within the UK region. Companies experienced with working on high containment laboratory projects and providing safety critical equipment installations would be well-suited to compete for this contract. The requirement for suppliers to have technical expertise in providing Class III microbiology safety cabinets and their installation makes it essential for businesses to have the necessary technical data, skills, and experience to meet the required safety and operational standards set by DSTL.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PS729,000.00

Notice Description

The Defence Science & Technology Laboratory (DSTL), part of the UK Ministry of Defence (MoD) intends to award a 5 year contract with a total estimated value of between PS775k to PS875k (including VAT) to Contained Air Solutions (CAS) Ltd for the provision of 14 Class III Microbiological Safety Cabinets of varying sizes (sizes listed separately) and their installation

Lot Information

Lot 1

The Defence Science & Technology Laboratory (DSTL), part of the UK Ministry of Defence (MoD) intends to award a 5 year contract with a total estimated value of between PS775k to PS875k (including VAT) to Contained Air Solutions (CAS) Ltd for the provision of 14 Class III Microbiological Safety Cabinets of varying sizes (sizes listed separately) and their installation.

Procurement Information

It is considered that the award of this contract without Prior Publication of a Contract Notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 because competition is absent for technical reasons. The required microbiological safety cabinets are for use in high containment laboratories for working with Advisory Committee on Dangerous Pathogens (ACDP) Group 3 organisms. The cabinets are the primary containment method for the protection of laboratory staff, and wider environment, when working with dangerous pathogens. The cabinet control mechanisms are also used to control the routine fumigation of the cabinets and the safe venting after this process. Currently all Class III microbiology safety cabinets in the Authority's high containment laboratories come from the same manufacturer, CAS Ltd. This is to reduce factors that are likely to cause human error, which includes a 'standardisation' of equipment to reduce operational risk, aligned with HSE stipulations. All laboratory staff are specifically trained in the safe use of CAS Ltd cabinets: standardisation is critical both within laboratories and across the building to minimise the potential for Authority staff to make safety critical mistakes through multiple manufacturer instructions and instrumentation to work with during operation. Use of alternative cabinet suppliers, where these may appear similar to CAS Ltd, would impose changes in controls and training requirements that would increase the likelihood of error resulting in accident or exposure to biological or chemical hazards to levels that would be unacceptable to the MoD. Given the required safety cabinets must be manufactured by CAS Ltd for the reasons set out above then they must also be installed by them as only this supplier has the necessary technical data, skills and experience to install their own equipment to the required safety and operational standards.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0426f2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/037321-2023
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Limited
Procurement Method Details
Negotiated without publication of a contract notice
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

51 - Installation services (except software)


CPV Codes

51430000 - Installation services of laboratory equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Dec 20232 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
19 Jan 20233 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Not Specified
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DSTL
Contact Name
Not specified
Contact Email
cbrcommercial@dstl.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
SALISBURY
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
Not specified

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

CONTAINED AIR SOLUTIONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0426f2-2023-12-19T14:49:11Z",
    "date": "2023-12-19T14:49:11Z",
    "ocid": "ocds-h6vhtk-0426f2",
    "initiationType": "tender",
    "tender": {
        "id": "PA0000001465",
        "legalBasis": {
            "id": "32009L0081",
            "scheme": "CELEX"
        },
        "title": "PS729,000.00",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "51430000",
            "description": "Installation services of laboratory equipment"
        },
        "mainProcurementCategory": "services",
        "description": "The Defence Science & Technology Laboratory (DSTL), part of the UK Ministry of Defence (MoD) intends to award a 5 year contract with a total estimated value of between PS775k to PS875k (including VAT) to Contained Air Solutions (CAS) Ltd for the provision of 14 Class III Microbiological Safety Cabinets of varying sizes (sizes listed separately) and their installation",
        "lots": [
            {
                "id": "1",
                "description": "The Defence Science & Technology Laboratory (DSTL), part of the UK Ministry of Defence (MoD) intends to award a 5 year contract with a total estimated value of between PS775k to PS875k (including VAT) to Contained Air Solutions (CAS) Ltd for the provision of 14 Class III Microbiological Safety Cabinets of varying sizes (sizes listed separately) and their installation.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Lowest price"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "coveredBy": [
            "GPA"
        ],
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_MANUF_FOR_RESEARCH",
                "description": "The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "It is considered that the award of this contract without Prior Publication of a Contract Notice in the UK e-notification service (in accordance with the relevant legislation) is lawful in accordance with Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 because competition is absent for technical reasons. The required microbiological safety cabinets are for use in high containment laboratories for working with Advisory Committee on Dangerous Pathogens (ACDP) Group 3 organisms. The cabinets are the primary containment method for the protection of laboratory staff, and wider environment, when working with dangerous pathogens. The cabinet control mechanisms are also used to control the routine fumigation of the cabinets and the safe venting after this process. Currently all Class III microbiology safety cabinets in the Authority's high containment laboratories come from the same manufacturer, CAS Ltd. This is to reduce factors that are likely to cause human error, which includes a 'standardisation' of equipment to reduce operational risk, aligned with HSE stipulations. All laboratory staff are specifically trained in the safe use of CAS Ltd cabinets: standardisation is critical both within laboratories and across the building to minimise the potential for Authority staff to make safety critical mistakes through multiple manufacturer instructions and instrumentation to work with during operation. Use of alternative cabinet suppliers, where these may appear similar to CAS Ltd, would impose changes in controls and training requirements that would increase the likelihood of error resulting in accident or exposure to biological or chemical hazards to levels that would be unacceptable to the MoD. Given the required safety cabinets must be manufactured by CAS Ltd for the reasons set out above then they must also be installed by them as only this supplier has the necessary technical data, skills and experience to install their own equipment to the required safety and operational standards."
    },
    "awards": [
        {
            "id": "037321-2023-PA0000001465-1",
            "relatedLots": [
                "1"
            ],
            "title": "Supply and installation of fourteen Class III Microbiological Safety Cabinets",
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-101052",
                    "name": "Contained Air Solutions Limited"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-101051",
            "name": "DSTL",
            "identifier": {
                "legalName": "DSTL"
            },
            "address": {
                "streetAddress": "Porton Down, Salisbury SP4 0JQ",
                "locality": "Salisbury",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "cbrcommercial@dstl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/defence-science-and-technology-laboratory",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-101052",
            "name": "Contained Air Solutions Limited",
            "identifier": {
                "legalName": "Contained Air Solutions Limited"
            },
            "address": {
                "locality": "Manchester",
                "region": "UK",
                "postalCode": "M241UB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "info@containedairsolutions.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-101053",
            "name": "Ministry Of Defence",
            "identifier": {
                "legalName": "Ministry Of Defence"
            },
            "address": {
                "locality": "London",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-101051",
        "name": "DSTL"
    },
    "contracts": [
        {
            "id": "037321-2023-PA0000001465-1",
            "awardID": "037321-2023-PA0000001465-1",
            "title": "Supply and installation of fourteen Class III Microbiological Safety Cabinets",
            "status": "active",
            "dateSigned": "2023-01-19T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 646000,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 729000,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 646000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 729000,
                "currency": "GBP"
            }
        ]
    },
    "language": "en"
}