Contract notice

Information

Published

Expire date: 02/06/2023

External Reference: 2023-522991

FTS Reference: 2023-012405

Contract notice

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
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
Main address: https://nwupc.ac.uk/

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 submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Other type:  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  -  Laboratory, optical and precision equipments (excl. glasses)
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: 185000000.00  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

Magnetic Resonance Equipment
Lot No:  1
II.2.2)

Additional CPV code(s)

33113000  -  Magnetic resonance imaging equipment
38433000  -  Spectrometers
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: The resulting framework may be used by institutions using various
funds including but not limited to the European Regional Development Fund (ERDF).
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’.
II.2)

Description

II.2.1)

Title

X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments
Lot No:  2
II.2.2)

Additional CPV code(s)

33111400  -  X-ray fluoroscopy devices
33114000  -  Spectroscopy devices
33115000  -  Tomography devices
38433000  -  Spectrometers
38510000  -  Microscopes
38511000  -  Electron microscopes
38511100  -  Scanning electron microscopes
38511200  -  Transmission electron microscope
38514200  -  Scanning probe microscopes
38530000  -  Diffraction apparatus
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: The resulting framework may be used by institutions using various
funds including but not limited to the European Regional Development Fund (ERDF).
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.
II.2)

Description

II.2.1)

Title

Spectroscopy Equipment
Lot No:  3
II.2.2)

Additional CPV code(s)

33114000  -  Spectroscopy devices
38433000  -  Spectrometers
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: The resulting framework may be used by institutions using various
funds including but not limited to the European Regional Development Fund (ERDF).
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’.
II.2)

Description

II.2.1)

Title

Mechanical, Thermal and Physical Testing Equipment
Lot No:  4
II.2.2)

Additional CPV code(s)

38425000  -  Fluid mechanics equipment
38500000  -  Checking and testing apparatus
38540000  -  Machines and apparatus for testing and measuring
38400000  -  Instruments for checking physical characteristics
38900000  -  Miscellaneous evaluation or testing instruments
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: The resulting framework may be used by institutions using various
funds including but not limited to the European Regional Development Fund (ERDF).
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’.
II.2)

Description

II.2.1)

Title

Radiation Safety & Detection Equipment
Lot No:  5
II.2.2)

Additional CPV code(s)

35113200  -  Nuclear, biological, chemical and radiological protection equipment
38341000  -  Apparatus for measuring radiation
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
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  -  Name:  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.2.10)

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
Identification of the project: The resulting framework may be used by institutions using various
funds including but not limited to the European Regional Development Fund (ERDF).
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  110
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.2.1)

Previous publication concerning this procedure

Notice number in the FTS: 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

English
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