Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework Agreement for High Value Laboratory Equipment

  • First published: 29 April 2023
  • Last modified: 29 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03a160
Published by:
North Western Universities Purchasing Consortium
Authority ID:
AA80234
Publication date:
29 April 2023
Deadline date:
02 June 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

• 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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
38341000 Apparatus for measuring radiation Instruments for measuring quantities
38500000 Checking and testing apparatus Laboratory, optical and precision equipments (excl. glasses)
38530000 Diffraction apparatus Checking and testing apparatus
38511000 Electron microscopes Microscopes
38425000 Fluid mechanics equipment Instruments for measuring flow, level and pressure of liquids and gases
38400000 Instruments for checking physical characteristics Laboratory, optical and precision equipments (excl. glasses)
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment
38540000 Machines and apparatus for testing and measuring Checking and testing apparatus
33113000 Magnetic resonance imaging equipment Imaging equipment for medical, dental and veterinary use
38510000 Microscopes Checking and testing apparatus
38900000 Miscellaneous evaluation or testing instruments Laboratory, optical and precision equipments (excl. glasses)
35113200 Nuclear, biological, chemical and radiological protection equipment Safety equipment
38511100 Scanning electron microscopes Electron microscopes
38514200 Scanning probe microscopes Darkfield and scanning probe microscopes
38433000 Spectrometers Detection and analysis apparatus
33114000 Spectroscopy devices Imaging equipment for medical, dental and veterinary use
33115000 Tomography devices Imaging equipment for medical, dental and veterinary use
38511200 Transmission electron microscope Electron microscopes
33111400 X-ray fluoroscopy devices X-ray devices

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
lisa.blackburn@nwupc.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.