Construction Tenders

Thu May 16 2024

Related Information

Construction Contract Leads

East of England

Category Works

Type

No. of Lots 1

Status Active

Published 25th Dec 2023

Tender Details
Referenceocds-h6vhtk-0429bd
Common Procurement VocabularyBuilding installation work
Procurement MethodOpen procedure
Value-
More Tenders »

East of England

Category Works

Type

No. of Lots 1

Status Active

Published 25th Dec 2023

Tender Details
Referenceocds-h6vhtk-0429bd
Common Procurement VocabularyBuilding installation work
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

OCS UK&I LIMITED

VICON HOUSE,2 WESTERN WAY

BURY ST. EDMUNDS

IP333SP

Contact

Adam March

Email

adam.march [at] ocs.com

Country

United Kingdom

NUTS code

UKH14 - Suffolk

Companies House

03056469

Internet address(es)

Main address

https://www.ocs.com/about-ocs/

I.3) Communication

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

https://www.dropbox.com/scl/fi/710ri0q9giydgoq99qx4f/TENDER-INFORMATION-PACK.zip?rlkey=es4arowdcwajkqr2zt1meheb0&dl=0

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://app.smartsheet.com/b/form/b7243674e042413c8d9a619d1d0fe37e

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Quadram Institute Autoclave Replacement

Reference number

P003

II.1.2) Main CPV code

  • 45300000 - Building installation work

II.1.3) Type of contract

Works

II.1.4) Short description

Undertake Replacement of x3 Autoclaves with functional system meeting URS document.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 33191110 - Autoclaves

II.2.3) Place of performance

NUTS codes
  • UKH15 - Norwich and East Norfolk

II.2.4) Description of the procurement

The room layout can be found in Appendix 2.0. The three autoclaves currently installed at Quadram Institute supporting the CL3 facility are to be replaced as part of this project. The existing chamber sizes and volumes are as follows: -

Autoclave 1 - Dimensions: 672mm x 672mm x 1000mm deep / Volume: 452 litres Autoclave 2 - Dimensions: 672mm x 920mm x 1350mm deep / Volume: 830 litres Autoclave 3 - Dimensions: 672mm x 920mm x 1540mm deep / Volume: 930 litres *

*existing double door autoclave.

The autoclaves are used to process porous, hard good and media loads, including waste media (Hazard Group 3 minimum requirements). For Fluids loads, volumes processed from small volume (10ml) up to large volume (3L) containers. Load Probe Control is therefore a requirement.

Clause 2.0 of the URS and Appendix 1.0 provide typical process requirements.

The existing units are in use daily at present and will remain in operational use until the new Autoclaves have been manufactured and transported to site.

It is intended to utilise the existing services to the current autoclaves for the new autoclaves where possible, where these need to be modified then this will form part of the project work undertaken by the supplier. The successful supplier will also be required to specify the specific utility infrastructure requirements (steam flow/pressure, electrical capacity etc), provide drawings and confirm heat loads for the new autoclaves.

The successful supplier will be required to engage with the Project Team to ensure that the programme for the replacement is realistic and timely. The autoclave room will be operational throughout the replacement works and detailed programming for work tasks is essential for all aspects of the project.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 July 2024

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Outlined in URS


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: No

IV.2) Administrative information

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

Date

1 February 2024

Local time

5:00pm

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

Tender must be valid until: 1 January 2025

IV.2.7) Conditions for opening of tenders

Date

2 February 2024

Local time

11:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

Adam March

Quadram Institute

Norwich

NR4 7UQ

Email

adam.march [at] ocs.com

Country

United Kingdom