Section one: Contracting entity
one.1) Name and addresses
United Utilities Water Limited
Lingley Mere Business Park
Warrington
WA5 3LP
Contact
Helen Cheetham
Telephone
+44 56861
Country
United Kingdom
Region code
UKD - North West (England)
National registration number
02366678
Internet address(es)
Main address
https://www.unitedutilities.com
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
one.6) Main activity
Water
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PRO004558 – Goods – Framework – Scientific Services Labs Consumables
Reference number
PRO004558
two.1.2) Main CPV code
- 24300000 - Basic inorganic and organic chemicals
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Company will look to award a framework for the provision of lab consumables to the stores based in Lingley Mere, Warrington. As the requirements for goods may change over the course of the agreement, this is being Tendered as a Framework Agreement, with no guarantee of goods/volumes over the period.
Supplier should be able to provide all core consumables listed.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £2,329,341.28
two.2) Description
two.2.2) Additional CPV code(s)
- 24000000 - Chemical products
- 24315000 - Miscellaneous inorganic chemicals
- 24320000 - Basic organic chemicals
- 24900000 - Fine and various chemical products
- 24950000 - Specialised chemical products
- 24960000 - Various chemical products
- 33695000 - All other non-therapeutic products
- 33793000 - Laboratory glassware
- 38437000 - Laboratory pipettes and accessories
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
Warrington
two.2.4) Description of the procurement
The Company will look to award a framework for the provision of lab consumables to the stores based in Lingley Mere, Warrington. As the requirements for goods may change over the course of the agreement, this is being Tendered as a Framework Agreement, with no guarantee of goods/volumes over the period.
Supplier should be able to provide all core consumables listed.
two.2.5) Award criteria
Quality criterion - Name: Q1 Functional Requirements / Weighting: Pass/Fail
Quality criterion - Name: Q2 Product Availability / Weighting: 12.50%
Quality criterion - Name: Q3 Alternative Products – Scenario 1 / Weighting: 4%
Quality criterion - Name: Q4 – Alternative Products – Scenario 2 / Weighting: 5%
Quality criterion - Name: Q5 – Product Discrepancies / Weighting: 5%
Quality criterion - Name: Q6 – Transition of Agreement / Weighting: 5%
Quality criterion - Name: Q7 – Catalogue ordering system / Weighting: 10%
Quality criterion - Name: Q8 – Training and Customer Service / Weighting: 2.5%
Quality criterion - Name: Q9 – Reporting / Weighting: 2.50%
Quality criterion - Name: Q10 – Sustainability / Weighting: 2.50%
Quality criterion - Name: Q11 – Human Rights including Modern Slavery Act (Diversity, Equality, Living Wage, Forced and Child Labour) / Weighting: 1%
Quality criterion - Name: Q12 – Plastic Packaging Tax / Weighting: 0%
Price - Weighting: 50%
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.2.14) Additional information
Please refer to full Tender documentation for additional information
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
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-014966
Section five. Award of contract
Contract No
1
Title
PRO004558 – Goods – Framework – Scientific Services Labs Consumables
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 February 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from other EU Member States: 7
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Total Laboratory Supplies Ltd
6 Ketterer Court
St. Helens
WA9 3AH
steve.morris@totallabsupplies.co.uk
Telephone
+44 7884868298
Country
United Kingdom
NUTS code
- UKD6 - Cheshire
National registration number
10942667
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £2,329,341.28 / Highest offer: £4,512,721.68 taken into consideration
Section six. Complementary information
six.3) Additional information
Please refer to the Tender documentation
six.4) Procedures for review
six.4.1) Review body
High Court of England & Wales
City of Westminster
London
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England & Wales
City of Westminster
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
High Court of England & Wales
City of Westminster
Country
United Kingdom