Supply General Laboratory Equipment to London Universities Purchasing Consortium
LUPC is tendering to established a multi-provider Framework Agreement for the supply of general laboratory equipment. 12 Lots.
United Kingdom-London: Laboratory, optical and precision equipments (excl. glasses)
2020/S 045-107589
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
National registration number: N/A
Postal address: Shropshire House, 179 Tottenham Court Road, Fitzrovia
Town: London
NUTS code: UK
Postal code: W1T 7NZ
Country: United Kingdom
Contact person: Roy Dennis
E-mail: r.dennis@lupc.ac.uk
Telephone: +44 2073072772
Internet address(es):Main address: https://www.lupc.ac.uk
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/81165
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
General Laboratory Equipment
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
LUPC is tendering to established a multi-provider framework agreement for the supply of general laboratory equipment. Over 12 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 15 June 2020 for an initial period of 36 months, with the option to extend the agreement for 12 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
II.1.6)Information about lots
II.2.1)Title:
Lot 1: Centrifuges
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may elect to extend by up to 1 year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2. Environmental Control
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may elect to extend by up to one year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3: Safety
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may elect to extend by up to 1 year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4: Measurement
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may elect to extend by up to 1 year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5: Environmental Storage Fridges and Freezers
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London, W1T 7NZ.
II.2.4)Description of the procurement:
Ultra low freezer up to -86 oC upright, ultra low freezer up to -86 oC chest, ultra low freezers up -150 chest, ultra low freezer up to -40 oC upright, ultra low freezer up to -40 oC chest, refrigerator under bench, refrigerator upright and rapid plasma freezers.
Low energy type equipment:
Ultra low freezer up to -86 oC upright, ultra low freezer up to -86 oC chest, ultra low freezers up -150 chest, ultra low freezer up to -40 oC upright, ultra low freezer up to -40 oC chest, refrigerator.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may elect to extend by up to 1 year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 6: Environmental Storage Other Equipment
II.2.2)Additional CPV code(s)
II.2.3)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 oC chest, ultra low freezers up -150 oC chest.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may extend the agreement by 1 year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 7: General
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may extend the agreement by 1 year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 8. Water Purification
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
London, W1T 7NZ.
II.2.4)Description of the procurement:
Types I, III and I/II.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may elect to extend by 1 year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 9: Environmental Monitoring Systems (Reference Koolzone and Rees Scientific)
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may elect to extend by one year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 10: Gas Monitoring and Detection Equipment
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may elect to extend by 1 year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 11. Multi-Lot Supplier
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may elect to extend by one year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 12: Liquid Handling Robotics and Laboratory Automation Systems
II.2.2)Additional CPV code(s)
II.2.3)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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
LUPC may elect to extend by 1 year subject to satisfactory performance.
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
LUPC, Shropshire House, 179 Tottenham Court Road, London W1T 7NZ.
Darran Whatley, Senior Category Manager, LUPC.
Roy Dennis, Senior Category Manager, LUPC.
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
LUPC, Shropshire House, 179 Tottenham Court Road, London W1T 7NZ.
VI.4.1)Review body
Postal address: Shropshire House
Town: London
Postal code: W1T 7NZ
Country: United Kingdom
E-mail: d.whatley@lupc.ac.uk
Telephone: +44 2073072764Internet address: www.lupc.ac.uk
VI.5)Date of dispatch of this notice: