Contract notice

Information

Published

Date of dispatch of this notice: 28/02/2020

Expire date: 16/04/2020

External Reference: 2020-551513

TED Reference: 2020/S 045-107589

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

London Universities Purchasing Consortium
N/A
Shropshire House, 179 Tottenham Court Road, Fitzrovia
London
W1T 7NZ
UK
Contact person: Roy Dennis
Telephone: +44 2073072772
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=31073&B=LUPC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

General Laboratory Equipment
Reference number:  LAB5060 LU
II.1.2)

Main CPV code

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

LUPC is tendering to established a multi-provider framework agreement for the supply of general laboratory equipment. Over twelve lots the framework including, but not limited to: centrifuges; environmental control; safety; measurement; environmental storage (fridges and freezers); water purification; laboratory disposal and recycling; gas monitoring and detection; general laboratory equipment.
This framework agreement will commence on 15th June 2020 for an initial period of 36 months, with the option to extend the agreement for twelve months (subject to satisfactory economic operator performance). The framework will be available to the members of LUPC, NWUPC, APUC, HEPCW, NEUPC and SUPC.
II.1.5)

Estimated total value

Value excluding VAT: 120000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Lot 1. Centrifuges
Lot No:  1
II.2.2)

Additional CPV code(s)

42931100  -  Laboratory centrifuges and accessories
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

Circulators (cooled), Both Non-Refrigerated and Refrigerated Options:
Microfuge, Low Speed, Medium Speed, High Speed, Ultra and Analytical, Centrifugal evaporator Vacuum Centrifuges/Concentrator
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may elect to extend by up to one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 2. Environmental Control
Lot No:  2
II.2.2)

Additional CPV code(s)

33152000  -  Incubators
39711362  -  Microwave ovens
39711430  -  Hotplates
42300000  -  Industrial or laboratory furnaces, incinerators and ovens
42943000  -  Thermostatic baths and accessories
38436000  -  Shakers and accessories
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

Ovens, Incubators, Dryers, Water Baths and Thermal Cyclers, Circulators (heated), DriBlock heaters, Freeze Dyer, Furnaces, Heating Mantles, Hotplates, Hybridisation Ovens, Shakers (benchtop), Plasma Thawer, Microwave Systems.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may elect to extend by up to one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 3. Safety
Lot No:  3
II.2.2)

Additional CPV code(s)

33100000  -  Medical equipments
33191110  -  Autoclaves
39141500  -  Fume cupboards
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

Autoclaves (floor standing), Autoclaves (desktop), Laminar Flow Cabinet, Fume Cupboard and Safety Cabinet Class I, II and III, Glass Washing.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may elect to extend by up to one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 4. Measurement
Lot No:  4
II.2.2)

Additional CPV code(s)

38300000  -  Measuring instruments
38500000  -  Checking and testing apparatus
38900000  -  Miscellaneous evaluation or testing instruments
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

Balances, Microplate Reader and Spectrophotometer, Chart recorders, Chloride meters, Colony counters, Colorimeters, Conductivity meters, Dissolved oxygen meters, Flame photometers, Fluorimeters, Melting point apparatus, pH meters, Thermo hygrometer, Calorimeter, Chemistry analyser, Dissolution tester, Viscometer, Coulometric and Volumetric Titrator Karl Fischer, Potentiometric Titration, Analyser Alkalinity System, Total Organic Halides (TOX)/ Adsorbable Organic Halides (AOX), Mercury Analysers,
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may elect to extend by up to one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 5. Environmental Storage Fridges and Freezers
Lot No:  5
II.2.2)

Additional CPV code(s)

39711000  -  Electrical domestic appliances for use with foodstuffs
39711120  -  Freezers
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

Ultra low freezer up to -86°c upright, ultra low freezer up to -86°c chest, ultra low freezers up -150 chest, Ultra low freezer up to -40°c upright, ultra low freezer up to -40°c chest, , refrigerator under bench, refrigerator upright and Rapid Plasma Freezers.
Low energy type equipment:
Ultra low freezer up to -86°c upright, ultra low freezer up to -86°c chest, ultra low freezers up -150 chest, Ultra low freezer up to -40°c upright, ultra low freezer up to -40°c chest, refrigerator
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may elect to extend by up to one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 6. Environmental Storage Other Equipment
Lot No:  6
II.2.2)

Additional CPV code(s)

33165000  -  Cryosurgical and cryotherapy devices
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

Ice Maker, Cryostats, Cryogenic Conservation Vessels, Desiccator Cabinets, Liquid Nitrogen Dewars, ultra low freezers up -150°c chest, ultra low freezers up -150°c chest.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may extend the agreement by one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 7. General
Lot No:  7
II.2.2)

Additional CPV code(s)

38430000  -  Detection and analysis apparatus
38510000  -  Microscopes
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

Stereo and Inverted Microscopes, Pumps and Gel Dryer (vacuum), Electrophoresis Blotters and Dryers, Electrophoresis Gel Tanks and Gel Units, Electrophoresis Power Packs, Gel Documentation System, Mixers (vortex), Rotary Evaporators, Standard Microscopes, Stirrers, Sonicator, Pulveriser, Heat Sealers, Laboratory Benches and Chairs, Microplate Washer, Pyrolysis Systems, Clean Chemistry Systems, Supercritical Fluid Systems, Photo bioreactor, Decomposition System, Overhead Stirrer, Laboratory...
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may extend the agreement by one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 8. Water Purification
Lot No:  8
II.2.2)

Additional CPV code(s)

42912330  -  Water-purifying apparatus
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

Types I, III and I / II.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may elect to extend by one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 9. Environmental monitoring systems (reference Koolzone and Rees Scientific)
Lot No:  9
II.2.2)

Additional CPV code(s)

90711500  -  Environmental monitoring other than for construction
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

Specification may include Cloud system, wired system, temperature sensors, power and energy monitoring software.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may elect to extend by one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 10. Gas Monitoring and Detection Equipment
Lot No:  10
II.2.2)

Additional CPV code(s)

38420000  -  Instruments for measuring flow, level and pressure of liquids and gases
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

To supply a range of assorted portable and wall-mounted gas monitoring and detection equipment in accordance with the sample specifications (oxygen and carbon dioxide as below; special gases to follow). The value given below is the estimated annual value of this Lot, excluding VAT. The estimated value of this Lot may be subject to significant error as this Lot has not been previously collaboratively contracted by the LUPC Gases.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may elect to extend by one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 11. Multi-Lot Supplier
Lot No:  11
II.2.2)

Additional CPV code(s)

33100000  -  Medical equipments
33152000  -  Incubators
33165000  -  Cryosurgical and cryotherapy devices
33191110  -  Autoclaves
38300000  -  Measuring instruments
38420000  -  Instruments for measuring flow, level and pressure of liquids and gases
38430000  -  Detection and analysis apparatus
38436000  -  Shakers and accessories
38500000  -  Checking and testing apparatus
38510000  -  Microscopes
38900000  -  Miscellaneous evaluation or testing instruments
39141500  -  Fume cupboards
39711000  -  Electrical domestic appliances for use with foodstuffs
39711120  -  Freezers
39711362  -  Microwave ovens
39711430  -  Hotplates
42300000  -  Industrial or laboratory furnaces, incinerators and ovens
42931100  -  Laboratory centrifuges and accessories
42943000  -  Thermostatic baths and accessories
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

To supply a single source for all equipment defined in lot 1 to 10. This lot supports members who are refurbishing an existing or introducing a new lab space.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may elect to extend by one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Lot 12. Liquid Handling Robotics and Laboratory Automation Systems
Lot No:  12
II.2.2)

Additional CPV code(s)

42997300  -  Industrial robots
II.2.3)

Place of performance

Main site or place of performance:  
London, W1T 7NZ
II.2.4)

Description of the procurement

To supply laboratory related liquid handling robotics and automation systems.
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: 36
This contract is subject to renewal: yes
Description of renewals:  
LUPC may elect to extend by one year subject to satisfactory performance.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  82
IV.1.8)

Information about the 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:  16/04/2020
Local time:  10:00
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:  28/03/2021
IV.2.7)

Conditions for opening of tenders

Date:  16/04/2020
Local time:  10:00
Place:  
LUPC
Shropshire House
179 Tottenham Court Road
London W1T 7NZ
Information about authorised persons and opening procedure:  
Darran Whatley, Senior Category Manager, LUPC
Roy Dennis, Senior Category Manager, LUPC

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.3)

Additional information

LUPC
Shropshire House
179 Tottenham Court Road
London W1T 7NZ
VI.4)

Procedures for review

VI.4.1)

Review body

LUPC
Shropshire House
London
W1T 7NZ
UK
Telephone: +44 2073072764
Internet address: www.lupc.ac.uk