- Scope of the procurement
- Lot 1. Centrifuges
- Lot 2. Environmental Control
- Lot 3. Safety
- Lot 4. Measurement
- Lot 5. Environmental Storage - Fridges and Freezers
- Lot 6. Environmental Storage - Other Equipment
- Lot 7. General Equipment - Miscellaneous
- Lot 8. Water Purification Systems
- Lot 9. Liquid Handling Robotics and Laboratory Automation Systems
- One Stop Shop lot
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
Telephone
+44 207302764
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
N/A
Internet address(es)
Main address
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
Telephone
+44 2073072760
Country
United Kingdom