Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Western Universities Purchasing Consortium
04045190
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M5 4WT
UK
Contact person: Lisa Blackburn
Telephone: +44 1618003
E-mail: lisa.blackburn@nwupc.ac.uk
NUTS: UK
Internet address(es)
Main address: https://nwupc.ac.uk/
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/91080
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67673&B=NWUPC
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=67673&B=NWUPC
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Sub-central contracting authority
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework Agreement for High Value Laboratory Equipment
Reference number: LAB3162 NW
II.1.2) Main CPV code
38000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
NWUPC is seeking to establish a multi-provider Framework Agreement on behalf of the members of NWUPC, APUC, HEPCW, LUPC, NEUPC and SUPC for the supply of High Value Laboratory Equipment. The Framework Agreement will be split into 5 lots as follows:
Lot 1 – Magnetic Resonance Equipment,
Lot 2 – X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments,
Lot 3 – Spectroscopy Equipment,
Lot 4 – Mechanical, Thermal and Physical Testing Equipment.
Lot 5 – Radiation Safety & Detection Equipment.
This Framework Agreement will commence on 01st August 2023 for an initial period of 24 months until 31st July 2025 with the option to extend the Agreement for 12 months until 31st July 2026 and a further 12 months until 31st July 2027 subject to satisfactory Economic Operator performance.
Coverage on this agreement shall be national - covering all of the United Kingdom including Northern Ireland.
II.1.5) Estimated total value
Value excluding VAT:
185 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Magnetic Resonance Equipment
II.2.2) Additional CPV code(s)
33113000
38433000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2023
End:
31/07/2025
This contract is subject to renewal: Yes
Description of renewals:
This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
II.2.14) Additional information
Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.
Lot No: 2
II.2.1) Title
X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments
II.2.2) Additional CPV code(s)
33111400
33114000
33115000
38433000
38510000
38511000
38511100
38511200
38514200
38530000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2023
End:
31/07/2025
This contract is subject to renewal: Yes
Description of renewals:
This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
II.2.14) Additional information
Please read the Supplier Guide to Tendering, Selection Criteria Scoring Mechanism, Invitation to Tender and accompanying appendices prior to completing any sections on this e-tendering system.
For all other lots, the lot description will be the scope outlined in the ITT.
Lot No: 3
II.2.1) Title
Spectroscopy Equipment
II.2.2) Additional CPV code(s)
33114000
38433000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependant on individual member institutional requirements.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2023
End:
31/07/2025
This contract is subject to renewal: Yes
Description of renewals:
This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
II.2.14) Additional information
Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.
Lot No: 4
II.2.1) Title
Mechanical, Thermal and Physical Testing Equipment
II.2.2) Additional CPV code(s)
38425000
38500000
38540000
38400000
38900000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2023
End:
31/07/2025
This contract is subject to renewal: Yes
Description of renewals:
This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
II.2.14) Additional information
Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.
Lot No: 5
II.2.1) Title
Radiation Safety & Detection Equipment
II.2.2) Additional CPV code(s)
35113200
38341000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
• The scope includes but is not limited to the equipment identified in the lot title and specification document and any associated equipment. It is a mandatory minimum requirement that Economic Operators are able to supply, deliver, install and commission [meaning in this context set-up, test and assure operational functionality] equipment relevant to the lot to which they have applied. Also included in the scope on a non-mandatory basis is advice, design and consultancy; training, maintenance and servicing; the provision of consumables, components, system upgrades, software licenses; and decommissioning and removal of equipment at end of life dependent on individual member institutional requirements.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/08/2023
End:
31/07/2025
This contract is subject to renewal: Yes
Description of renewals:
This framework agreement will commence on 01.08.2023 for an initial period of 24 months until 31.7.2025 with the option to extend the agreement for 12 months until 31.07.2026 and a further 12 months until 31.07.2027 subject to satisfactory economic operator performance.
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:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
II.2.14) Additional information
Whilst the agreement is split into five lots as above, you only need to complete the award criteria questionnaire once within the EU Supply system irrespective of the number of lots to which you are applying, this is titled ‘Supply of High Value Laboratory Equipment’.
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 110
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-002887
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
02/06/2023
Local time: 13:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
02/06/2023
Local time: 14:00
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.3) Additional information
The following organisations have committed to this procurement and intend to utilise the Framework Agreement as soon as possible after award:
NWUPC https://www.nwupc.ac.uk/our-members
APUC http://www.apuc-scot.ac.uk/#!/members
HEPCW http://www.hepcw.ac.uk/about-us-2/
LUPC https://www.lupc.ac.uk/member-list
NEUPC http://www.neupc.ac.uk/our-members
SUPC https://www.supc.ac.uk/about-us/our-members/our-members
At some point during the life of the Framework Agreement the current members of the following may wish to utilise the Agreement and should have access at any point with the permission of NWUPC. This Agreement is not intended to replace any current Agreements that either participating or non-participating Institutions may already have in place. A list of the current members is available as follows:
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide
https://www.gov.uk/government/organisations
Local Authorities
https://www.gov.uk/find-local-council
https://www.local.gov.uk
NDPBs
https://www.gov.uk/government/organisations
National Parks Authorities
https://www.nationalparks.uk/
Police Forces in the United Kingdom
http://www.police.uk/?view=force_sites
https://www.police-information.co.uk/index.html
Fire and Rescue Services in the United Kingdom
http://www.fire.org.uk/fire-brigades.html
NHS Bodies England
https://www.england.nhs.uk/publication/nhs-provider-directory/
Hospices in the UK
https://www.hospiceuk.org/about-hospice-care/find-a-hospice
Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom
https://www.gov.uk/government/organisations/charity-commission
http://www.oscr.org.uk
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm
www.cas.org.uk
Scottish Police
http://www.scotland.police.uk
NI Public Bodies
Northern Ireland Government Departments
https://www.northernireland.gov.uk/topics/your-executive/government-departments
https://www.nidirect.gov.uk/contacts/government-departments-in-northern-ireland
Northern Ireland Public Sector Bodies and Local Authorities
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
Schools and Universities in Northern Ireland
https://www.education-ni.gov.uk/
Health and Social care in Northern Ireland
http://online.hscni.net
Northern Ireland Housing Associations
https://www.nidirect.gov.uk/contacts/housing-associations
Police Service of Northern Ireland
https://www.psni.police.uk
VI.4) Procedures for review
VI.4.1) Review body
NWUPC
Room 404, 4th Floor, Crescent House, University of Salford
Salford
M54WT
UK
E-mail: procurement@nwupc.ac.uk
VI.5) Date of dispatch of this notice
28/04/2023