Section one: Contracting authority
one.1) Name and addresses
UK Biobank Ltd
1-2 Spectrum Way, Adswood
Stockport
SK3 0SA
Telephone
+44 1614755386
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA25607
one.1) Name and addresses
UK Biocentre Ltd
Unit 2-3 Bradbourne Drive, Java Park, , Tilbrook
Milton Keynes
MK7 8AT
Telephone
+44 1614755386
Country
United Kingdom
NUTS code
UKJ12 - Milton Keynes
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA38249
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
UK Biocentre Limited
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of Liquid Nitrogen
Reference number
UKBB012
two.1.2) Main CPV code
- 24111800 - Liquid nitrogen
two.1.3) Type of contract
Supplies
two.1.4) Short description
UK Biobank (UKBB) and UK Biocentre (UKBC) require the supply of Liquid Nitrogen (LN). UKBB is tendering on behalf of itself and UKBC.
UK Biobank (UKBB) is a major national health resource, and a registered charity in its own right, with the aim of improving the prevention, diagnosis and treatment of a wide range of serious and life-threatening illnesses – including cancer, heart diseases, stroke, diabetes, arthritis, osteoporosis, eye disorders, depression and forms of dementia.
UK Biocentre (UKBC) was incorporated as a limited company on 4 May 2011 as a separate legal entity to its owner, UK Biobank, in order to utilise the skills and knowledge gained by UK Biobank in sample storage, processing, analysis and management. The primary service offered by UKBC to its customers is the collection, storage and assay of biological samples gathered from human volunteers.
This Contract Notice relates to the award of two contracts:
Lot 1 – Contract for the Supply of LN to UKBB’s site in Cheadle, Stockport, UK from 28 June 2021;
Lot 2 – Contract for the Supply of LN to UKBC’s sites located in Milton Keynes and Oxford, UK from 28 June 2021.
Tenders can be submitted for one or both of the Lots.
This specification (provided as part of the procurement documents) sets out the requirements for the supply of LN.
two.1.5) Estimated total value
Value excluding VAT: £2,300,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Supply of Liquid Nitrogen to UK Biobank
Lot No
1
two.2.2) Additional CPV code(s)
- 24111800 - Liquid nitrogen
two.2.3) Place of performance
NUTS codes
- UKD3 - Greater Manchester
Main site or place of performance
Stockport
two.2.4) Description of the procurement
UK Biobank (UKBB) requires the supply of Liquid Nitrogen (LN) of a minimum purity grade of 99% to its site in Cheadle, Stockport, UK from 28 June 2021.
UKBB have 2 x 50,000 litre tanks. UKBB will be responsible for the provision of the tanks and the pipework. All telemetry equipment required must be supplied and maintained by the supplier as part of this contract. The supplier is also required to service the UKBB tanks.
Indicative LN volumes required by UKBB are 290 metric tonnes (monthly volume) and 5,000 metric tonnes (maximum annual volume). It is not anticipated that these volumes will reduce. However, UKBB does not guarantee any volume of supply.
Further details are set out in the Specification.
two.2.5) Award criteria
Quality criterion - Name: Supply & Delivery / Weighting: 10
Quality criterion - Name: Assurance of Supply / Weighting: 35
Quality criterion - Name: Environmental Policies / Weighting: 5
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial term will be for 12 months from 28 June 2021 with the option for UKBB to extend (on one or more occasions) for further period(s) up to a maximum extension of 3 years in total from the end of the initial term. Maximum contract duration of 4 years.
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: No
two.2) Description
two.2.1) Title
Supply of Liquid Nitrogen to UK Biocentre
Lot No
2
two.2.2) Additional CPV code(s)
- 24111800 - Liquid nitrogen
two.2.3) Place of performance
NUTS codes
- UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance
Milton Keynes and Oxford
two.2.4) Description of the procurement
UK Biocentre (UKBC) requires the supply of Liquid Nitrogen (LN) of a minimum purity grade of 99% to its sites in Milton Keynes and Oxford, UK from 28 June 2021.
UKBC have 2 x 2,000 litre tanks in Milton Keynes and 2 x 20,000 litre tanks in Oxford. UKBC will be responsible for the provision of the tanks and the pipework. All telemetry equipment required must be supplied and maintained by the supplier as part of this contract. Servicing of the UKBC tanks is not included within the scope of Lot 2.
Indicative volumes of LN required by UKBC are as follows:
Milton Keynes site: 10 metric tonnes (monthly volume) and 110 metric tonnes (maximum annual volume)
Oxford site: 70 metric tonnes (monthly volume) and 820 metric tonnes (maximum annual volume)
It is not anticipated that these volumes will reduce but they are expected to increase gradually by 10-15% over the next 2 years. However, UKBC does not guarantee any volume of supply.
Further details are set out in the Specification.
two.2.5) Award criteria
Quality criterion - Name: Supply & Delivery / Weighting: 10
Quality criterion - Name: Assurance of Supply / Weighting: 35
Quality criterion - Name: Environmental Policies / Weighting: 5
Price - Weighting: 50
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The initial term will be for 12 months from 28 June 2021 with the option for UKBC to extend (on one or more occasions) for further period(s) up to a maximum extension of 3 years in total from the end of the initial term. Maximum contract duration of 4 years.
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: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 April 2021
Local time
12:00pm
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
Tender must be valid until: 28 July 2021
four.2.7) Conditions for opening of tenders
Date
28 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
UK Biobank reserves the right to discontinue or delay the procurement process and may decide not to award a contract for Lot 1 and/or Lot 2 as a result of this call for competition. UK Biobank shall not be liable for any costs or expenses incurred by any bidder in considering and/or responding to the procurement process. Tenders and supporting documents must be priced in pounds sterling and all payments made under the contract will be in pounds sterling, unless otherwise advised.
Any volume of Liquid Nitrogen referred to within this Contract Notice and/or the procurement documents is indicative only and there is no guarantee or warranty of any Liquid Nitrogen volumes by UKBB or UKBC.
The estimated contract value per Lot for the initial period of 12 months may be in the range of 430,000 - 450,000 GBP for UK Biobank (Lot 1) and 125,000 – 150,000 GBP for UK Biocentre (Lot 2), but it is not possible to provide an overall maximum estimated value for each of the contracts. However, based on the initial 12 month period highlighted above and whilst recognising the value may vary, the overall maximum value if the contracts are extended for the full 4 year period could be in the range of 1.5 – 1.8 million GBP for UK Biobank and 0.4 – 0.5 million GBP for UK Biocentre. The figures stated in Section II.1.5 and Section II.2.6 (for each of Lot 1 and Lot 2) are the maximum figures in these ranges.
UKBB will incorporate a standstill period at the point the decision in relation to the award of the contracts is notified to bidders. The standstill period, which will be a minimum of ten (10) calendar days, provides time for unsuccessful bidders to lodge an appeal in regards to the award decisions, before the contracts are entered into.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=222352.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:222352)
six.4) Procedures for review
six.4.1) Review body
The High Court
Cabinet Office
London
Country
United Kingdom