Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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 1612348016
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.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
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.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
185 000 000.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
Magnetic Resonance Equipment
II.2.2) Additional CPV code(s)
38433000
33113000
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
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
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
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
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: 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
Quality criterion: Technical
/ Weighting: 60
Price
/ Weighting:
40
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
Quality criterion: Techical
/ Weighting: 60
Price
/ Weighting:
40
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
requirement
II.2.5) Award criteria
Quality criterion: Techical
/ Weighting: 60
Price
/ Weighting:
40
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 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
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 000-028489
Section V: Award of contract
Lot No: 1
Contract No: 1
Title: Magnetic Resonance Equipment
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/07/2023
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 10
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Fisher Scientific UK Ltd
Loughborough
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
JEOL (UK) Ltd
Welwyn Garden City
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Magritek UK
Bolton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Medical Imaging Systems Ltd (MIS Healthcare)
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
MR Solutions Ltd
Guildford
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Philips Electronics UK Limited
Farnborough
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Wonderful Scientific Limited
Guildford
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bruker UK Limited
Coventry
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Siemens Healthcare Limited
Camberley
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Thermo Electron Manufacturing Limited t/a Thermo Fisher Scientific
Altrincham
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 185 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/07/2023
V.2.2) Information about tenders
Number of tenders received: 30
Number of tenders received from SMEs: 15
Number of tenders received from tenderers from EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 29
Number of tenders received by electronic means: 30
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Agilent Technologies LDA UK Ltd
Cheadle
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
BlueScientific Ltd
Cambridge
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
EM Systems Support Ltd
Macclesfield
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Fisher Scientific UK Ltd
Loughborough
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Hitachi High-Tech Analytical Science Limited
Abingdon
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Hitachi High-Tech Europe GmbH
Daresbury
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
HORIBA UK Limite
Northampton
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
JEOL (UK) Ltd
Welwyn Garden City
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Kratos Analytical Ltd
Manchester
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Medical Imaging Systems Ltd (MIS Healthcare)
London
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
MR Solutions Ltd
Guildford
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Philips Electronics UK Limited
Farnborough
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Quantum Design UK and Ireland Limited
Leatherhead
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Renishaw UK Sales Ltd
Wotton under Edge
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Rigaku Europe SE
Neu-Isenburg
DE
NUTS: DE
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
SciMed Limited
Heaton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Shimadzu UK Limited
Milton Keynes
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
TESCAN-UK Ltd
Cambridge
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Wonderful Scientific Limited
Guildford
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Revvity (UK) Limited
Pontyclun
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Bruker UK Limited
Coventry
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Elementar UK LTD
Cheadle
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Carl Zeiss Ltd
Cambridge
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
FEI UK Ltd
Altrincham
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Siemens Healthcare Limited
Camberley
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Thermo Electron Manufacturing Limited t/a Thermo Fisher Scientific
Altrincham
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Anton Paar Ltd
St Albans
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Etek Europe Limited
Prestwick
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 185 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 3
Title: Spectroscopy Equipment
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/07/2023
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 14
Number of tenders received by electronic means: 14
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Agilent Technologies LDA UK Ltd
Cheadle
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
BlueScientific Ltd
Cambridge
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Fisher Scientific UK Ltd
Loughborough
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
HORIBA UK Limited
Northampton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
JEOL (UK) Ltd
Welwyn Garden City
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Metrohm UK Limited
Runcorn
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Quantum Design UK and Ireland Limited
Leatherhead
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Renishaw UK Sales Ltd
Wotton under Edge
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SciMed Limited
Heaton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Shimadzu UK Limited
Milton Keynes
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bruker UK Limited
Coventry
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Perkin Elmer AES (UK) Ltd
Beaconsfield
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Thermo Electron Manufacturing Limited t/a Thermo Fisher Scientific
Altrincham
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 185 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 4
Title: Mechanical, Thermal and Physical Testing Equipment
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/07/2023
V.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received from SMEs: 6
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 11
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Anton Paar Ltd
St Albans
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Hitachi High-Tech Analytical Science Limited
Abingdon
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Quantum Design UK and Ireland Limited
Leatherhead
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Renishaw UK Sales Ltd
Wotton under Edge
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
SciMed Limited
Heaton
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Shimadzu UK Limited
Milton Keynes
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Waters Limited (TA Instruments)
Wilmslow
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
ZwickRoell Limited
Worcester
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Bruker UK Limited
Coventry
UK
NUTS: UK
The contractor is an SME:
Yes
V.2.3) Name and address of the contractor
Perkin Elmer AES (UK) Ltd
Beaconsfield
UK
NUTS: UK
The contractor is an SME:
No
V.2.3) Name and address of the contractor
Carl Zeiss Ltd
Cambridge
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 185 000 000.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 5
Title: Radiation Safety & Detection Equipment
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/07/2023
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Fisher Scientific UK Ltd
Loughborough
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 185 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
This notice is published in addition to the contract award notice published on 31st
October 2023. This notice pertains to awards made to suppliers from 30th November 2023.
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/publicsec
torclassificationguide
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-procurementpolicy-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
Telephone: +44 1612348000
E-mail: procurement@nwupc.ac.uk
VI.5) Date of dispatch of this notice
21/12/2023