Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}