Contract notice
Section I: Contracting
authority
I.1) Name and addresses
National Oceanography Centre
European Way
Southampton
PO155NP
UK
Contact person: Sharon Sear
E-mail: sharon.sear@noc.ac.uk
NUTS: UKJ32
Internet address(es)
Main address: https://noc.ac.uk/
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA42931
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://www.mytenders.co.uk/authority/authority_buyerprofile.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk/authority/authority_buyerprofile.aspx
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.mytenders.co.uk/authority/authority_buyerprofile.aspx
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Other research and experimental development on natural sciences and engineering
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
General Consumables
Reference number: NOCP000180
II.1.2) Main CPV code
31680000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The National Oceanography Centre (NOC), have identified the following consumable items as being in scope:
- Electrical / electronic consumables
- General consumables
- Tools
- Fixings and Fasteners
NOC is seeking to award each Lot to one supplier; however, one supplier may be successful in bidding for both Lots. The contracts will cover the generic and specific supply of general consumable items. The supply of items will be provided under 2 distinct lots as follows:
Lot 1 – The supplier will make available and supply general consumable items from their general availability of their business to business internet catalogue.
Lot 2 – The supplier will provide specific items as requested by the contracting entity from time to time, charged at an agreed cost price (to be agreed for each requirement) plus an agreed maximum margin percentage (fixed for the duration of the contract).
Both Lots will be structured as a single supplier Lot, with a framework agreement for each. Suppliers may submit proposals for 1 or both Lots.
II.1.5) Estimated total value
Value excluding VAT:
4 125 686.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lot 1 - General Consumables Commercial off the Shelf (COTS)
Lot 2 - General Consumables Non-Commercial off the Shelf (NCOTS)
II.2) Description
Lot No: 1
II.2.1) Title
General Consumables Commercial off the Shelf
II.2.2) Additional CPV code(s)
31000000
31711100
44531100
44531510
44531520
24910000
24951000
44511000
44512000
42651000
44800000
31711000
31700000
30192200
30234700
19513200
18937100
15864100
43830000
42677000
31440000
44300000
31532920
30199500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The National Oceanography Centre (NOC), have identified the following consumable items as being in scope:
- Electrical / electronic consumables
- General consumables
- Tools
- Fixings and Fasteners
NOC is seeking to award each Lot to one supplier; however, one supplier may be successful in bidding for both Lots. The contracts will cover the generic and specific supply of general consumable items. The supply of items will be provided under 2 distinct lots as follows:
Lot 1 – The supplier will make available and supply general consumable items from their general availability of their business to business internet catalogue.
Lot 2 – The supplier will provide specific items as requested by the contracting entity from time to time, charged at an agreed cost price (to be agreed for each requirement) plus an agreed maximum margin percentage (fixed for the duration of the contract).
Both Lots will be structured as a single supplier Lot, with a framework agreement for each. Suppliers may submit proposals for 1 or both Lots.
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
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will initially be awarded for a 2 year period, but may be extended for a further 24 months at NOC's discretion.
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:
No
Lot No: 2
II.2.1) Title
General Consumables Non-Commercial off the Shelf
II.2.2) Additional CPV code(s)
31711000
31711100
09211640
31000000
31211100
31221000
31600000
42600000
42611000
24951000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The National Oceanography Centre (NOC), have identified the following consumable items as being in scope:
- Electrical / electronic consumables
- General consumables
- Tools
- Fixings and Fasteners
NOC is seeking to award each Lot to one supplier; however, one supplier may be successful in bidding for both Lots. The contracts will cover the generic and specific supply of general consumable items. The supply of items will be provided under 2 distinct lots as follows:
Lot 1 – The supplier will make available and supply general consumable items from their general availability of their business to business internet catalogue.
Lot 2 – The supplier will provide specific items as requested by the contracting entity from time to time, charged at an agreed cost price (to be agreed for each requirement) plus an agreed maximum margin percentage (fixed for the duration of the contract).
Both Lots will be structured as a single supplier Lot, with a framework agreement for each. Suppliers may submit proposals for 1 or both Lots.
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
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The Framework Agreement will initially be awarded for a 2 year period, but may be extended for a further 24 months at NOC's discretion.
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:
No
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
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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: 2
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/09/2021
Local time: 12:00
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
Tender must be valid until:
20/12/2021
IV.2.7) Conditions for opening of tenders
Date:
20/09/2021
Local time: 12:00
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
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=223722.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:223722)
Download the ESPD document here: https://www.mytenders.co.uk/ESPD/ESPD_Download.aspx?id=223722
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
20/08/2021