Tender

Lab Equipment (General)

  • London Universities Purchasing Consortium

F02: Contract notice

Notice identifier: 2025/S 000-004589

Procurement identifier (OCID): ocds-h6vhtk-04c8f4

Published 11 February 2025, 3:16pm



The closing date and time has been changed to:

28 April 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London Universities Purchasing Consortium

5th Floor, Pinnacle House, 23-26 St Dunstan’s Hil

London

EC3R 8HN

Contact

Antonio Ramirez

Email

a.ramirez@lupc.ac.uk

Telephone

+44 207302764

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

https://www.lupc.ac.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/81165

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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=89969&B=LUPC

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=89969&B=LUPC

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Lab Equipment (General)

Reference number

LAB5093 LU

two.1.2) Main CPV code

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

two.1.3) Type of contract

Supplies

two.1.4) Short description

LUPC is tendering to establish a multi-supplier framework agreement for the supply of general laboratory equipment. The requirement is covered through 9 lots of specific equipment types, and an additional One Stop Shop lot, for the provision of at least 5 lots together. To be eligible for the One Stop Shop lot, bidders must be able to provide lots 2, 7 and any three other lots.

two.1.5) Estimated total value

Value excluding VAT: £200,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Centrifuges

Lot No

1

two.2.2) Additional CPV code(s)

  • 42931000 - Centrifuges

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 1, Centrifuges includes:

Evaporator, Centrifugal evaporator, microcentrifuge refrigerated, microcentrifuge non refrigerated, low speed refrigerated, low speed non – refrigerated, medium speed refrigerated, medium speed non- refrigerated, high speed non-refrigerated, high speed Refrigerated, Analytica ultra non – refrigerated.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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 12 months subject to satisfactory performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2) Description

two.2.1) Title

Environmental Control

Lot No

2

two.2.2) Additional CPV code(s)

  • 50433000 - Calibration services
  • 51430000 - Installation services of laboratory equipment
  • 33152000 - Incubators
  • 39711362 - Microwave ovens
  • 39711430 - Hotplates
  • 42300000 - Industrial or laboratory furnaces, incinerators and ovens
  • 42943000 - Thermostatic baths and accessories
  • 38436000 - Shakers and accessories

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 2, Environmental Control:

Circulators (cooled), Circulators (heated), Dry Block Heaters, Drying Cabinet, Freeze Dryer, Furnaces, Heating Mantles, Hotplates, Hybridisation Ovens, Incubator, Incubator Shaking, sub-ambient Incubator Shaking, above ambient, Incubator Standard, Incubator Sub-Ambient, Laboratory Ovens, Laboratory Ovens (Vacuum), Plasma Thawer, Shakers (benchtop), Water Baths.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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 12 months subject to satisfactory performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2) Description

two.2.1) Title

Safety

Lot No

3

two.2.2) Additional CPV code(s)

  • 39141500 - Fume cupboards
  • 33191110 - Autoclaves
  • 33100000 - Medical equipments
  • 50433000 - Calibration services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 3, Safety:

Small Autoclaves - Bench Top, Floor-Standing Autoclave - Front Loader, Floor-Standing Autoclave - Top Loader, Glass washing, Fume Cupboard (non - ducted), Fume Cupboard (ducted), Safety Cabinet Class 1, Safety Cabinet Class 2, Safety Cabinet Class 3, Laminar Flow Cabinets.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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 12 months subject to satisfactory performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2) Description

two.2.1) Title

Measurement

Lot No

4

two.2.2) Additional CPV code(s)

  • 50433000 - Calibration services
  • 51400000 - Installation services of medical and surgical equipment
  • 51430000 - Installation services of laboratory equipment
  • 38300000 - Measuring instruments
  • 38500000 - Checking and testing apparatus
  • 38900000 - Miscellaneous evaluation or testing instruments

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 4, Measurement:

Laboratory Balances, Chart Recorders, Chloride Meters, Colony Counters, Colorimeters, Conductivity Meters, Dissolved Oxygen Meters, Flame Photometers, Fluorimeters, Melting Point Apparatus,pH Meters, Spectrophotometer (UV & Vis), Thermo hygrometers, Viscometer, Combustion Elemental Analyser, Nitric Oxide Analyser, Micro Gas Analysers, Total Organic Halides (TOX)/ Adsorbable Organic Halides (AOX), Mercury Analysers, Analyser Alkalinity System, Potentiometric Titration, Coulometric and Volumetric Titrator Karl Fischer.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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 12 months subject to satisfactory performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2) Description

two.2.1) Title

Environmental Storage - Fridges and Freezers

Lot No

5

two.2.2) Additional CPV code(s)

  • 50433000 - Calibration services
  • 51400000 - Installation services of medical and surgical equipment
  • 51430000 - Installation services of laboratory equipment
  • 39711000 - Electrical domestic appliances for use with foodstuffs
  • 39711110 - Refrigerator-freezers
  • 39711120 - Freezers
  • 90711500 - Environmental monitoring other than for construction

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 5, Environmental Storage Fridge and Freezers:

Environmental monitoring systems, Laboratory Refrigerator +4oC, Freezers -20oC: upright, Freezers -20oC: chest, Freezers -35oC upright, Freezers -35oC upright chest, Ultra Low Temperature Freezer -80oc upright, Ultra Low Temperature Freezer -80oc chest, Rapid Plasma Freezers, Laboratory Refrigerator +4oC low energy, Freezers -20oC: low energy upright, Freezers -20oC: low energy chest, Freezers -35oC low energy upright, Freezers -35oC low energy chest, Ultra Low Temperature Freezer -80oc low energy upright, Ultra Low Temperature Freezer -80oc low energy chest.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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 12 months subject to satisfactory performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2) Description

two.2.1) Title

Environmental Storage - Other Equipment

Lot No

6

two.2.2) Additional CPV code(s)

  • 50433000 - Calibration services
  • 51400000 - Installation services of medical and surgical equipment
  • 51430000 - Installation services of laboratory equipment
  • 33165000 - Cryosurgical and cryotherapy devices

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 6, Environmental Storage Other:

Cryogenic Conservation Vessels, Cryostats, Ice Maker, Liquid Nitrogen Dewars, Cryostorage Freezer System-150°c, chest.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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 12 months subject to satisfactory performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2) Description

two.2.1) Title

General Equipment - Miscellaneous

Lot No

7

two.2.2) Additional CPV code(s)

  • 38510000 - Microscopes
  • 50433000 - Calibration services
  • 51400000 - Installation services of medical and surgical equipment
  • 51430000 - Installation services of laboratory equipment
  • 38430000 - Detection and analysis apparatus
  • 38900000 - Miscellaneous evaluation or testing instruments
  • 38420000 - Instruments for measuring flow, level and pressure of liquids and gases

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 7, General (Miscellaneous):

Heat Sealers, Inverted Microscopes, Laboratory Benches & Chairs, Mixers (vortex), Pulveriser, Pumps, peristaltic, Pumps, vacuum, Rotary Evaporators, Sonicator, Standard Microscopes, Stereo Microscopes, Stirrers, O2 gas monitor portable, O2 gas monitor wall mounted, O2 gas monitor clip, CO2 gas monitor portable, CO2 gas monitor wall mounted, CO2 gas monitor clip.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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 12 months subject to satisfactory performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2) Description

two.2.1) Title

Water Purification Systems

Lot No

8

two.2.2) Additional CPV code(s)

  • 42912330 - Water-purifying apparatus
  • 51400000 - Installation services of medical and surgical equipment
  • 51430000 - Installation services of laboratory equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 8, Water Purification Equipment for Laboratories:

Type 1 (for ISO Grade 1 water), Type 2 (for ISO Grade 2 water) and Type 3 1 (for ISO Grade 3 water) water purification systems.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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 12 months subject to satisfactory performance.

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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

LUPC may elect to extend by up to 12 months subject to satisfactory performance.

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2) Description

two.2.1) Title

Liquid Handling Robotics and Laboratory Automation Systems

Lot No

9

two.2.2) Additional CPV code(s)

  • 51430000 - Installation services of laboratory equipment
  • 50433000 - Calibration services
  • 42997300 - Industrial robots

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 9: Liquid Handling Robotics and Laboratory Automation Systems:

Liquid Handling Robotics, Laboratory Automation Systems.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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 12 months subject to satisfactory performance.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2) Description

two.2.1) Title

One Stop Shop lot

Lot No

10

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Lot 10, 0ne Stop Shop.

To select suppliers who can supply a single source for all equipment (and CPV codes) defined in lot 1, 2, 3, 4, 5, 6, 7, 8 and 9, above. In order to be eligible to bid for this lot, bidders whill have to provide lots 2, 7 and at least three other lots

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.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 12 months subject to satisfactory performance.

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.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

This is a framework tender, and it is possible that future call offs under this framework may be related to a project and/or programme financed by European Union funds.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Selection criteria as stated in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.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: 45

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-040693

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

19 March 2025

Local time

1:00pm

Changed to:

Date

28 April 2025

Local time

12:00pm

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 March 2025

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

London Universities Purchasing Consortium

5th Floor, 23-26 St Dunstan's Hill

London

EC3R 8HN

Email

enquiries@lupc.ac.uk

Telephone

+44 2073072760

Country

United Kingdom

Internet address

https://www.lupc.ac.uk/about/about-us