Contract

Replacement of Life Science Autoclaves

  • QUADRAM INSTITUTE BIOSCIENCE

F03: Contract award notice

Notice identifier: 2025/S 000-007475

Procurement identifier (OCID): ocds-h6vhtk-04b6a9 (view related notices)

Published 28 February 2025, 9:34am



Section one: Contracting authority

one.1) Name and addresses

QUADRAM INSTITUTE BIOSCIENCE

Quadram Institute Bioscience

Norwich

NR47UQ

Contact

Sally

Email

sally.payne@nbi.ac.uk

Telephone

+44 1603450254

Country

United Kingdom

Region code

UKH17 - Breckland and South Norfolk

Companies House

03009972

Internet address(es)

Main address

https://www.quadram.ac.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Scientific Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Replacement of Life Science Autoclaves

two.1.2) Main CPV code

  • 33191110 - Autoclaves

two.1.3) Type of contract

Supplies

two.1.4) Short description

Undertake replacement of three life science autoclaves with functional system meeting users specification.

We also require five-year service contract that would include service visit, validation, calibration and inspection.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £300,000 / Highest offer: £380,000 taken into consideration

two.2) Description

two.2.2) Additional CPV code(s)

  • 33191110 - Autoclaves
    • DA42 - Including installation

two.2.3) Place of performance

NUTS codes
  • UKH15 - Norwich and East Norfolk
Main site or place of performance

Quadram Institute Bioscience

two.2.4) Description of the procurement

We are seeking to replace the three life science autoclaves currently in use including one pass through which serves CL3 suite and two other units serving CL2 laboratories.

Our autoclaves are used daily to provide sterilisation and decontamination infection control management of operational and waste loads. They process liquid, porous, hard goods and loads including waste media (aligned to Hazard Group 3 minimum regulations). Volumes processed scale from 10 mls to 5 litres. The autoclaves must be capable of processing 36x20L of CL2 waste sacks plus 4x20L waste sacks of separate CL3 waste per 8h-working day. Note the full specification is included in the User Requirements Specification.

The successful supplier will be required to specify utility infrastructure, provide drawings and confirm heat loads for new autoclaves. We will also require a five-year service contract.

The autoclave will need to fit into the existing space in Autoclave Room and comply with all applicable building and safety regulations. The supplier must demonstrate that the design will be fit for purpose, promote sustainability and minimise energy and water consumption. The supplier must also provide evidence the project will be delivered to the highest standards including testing, and documents supplied must demonstrate the level of expertise, support and maintenance provided including reaction times to address potential issues.

two.2.5) Award criteria

Quality criterion - Name: Price per Quality PPQ / Weighting: 70%

Price - Weighting: 30%

two.2.11) Information about options

Options: No


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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-036946

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 January 2025

five.2.2) Information about tenders

Number of tenders received: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

LTE Scientific Ltd

Greenbridge Lane, Greenfield

Oldham

OL3 7EN

Country

United Kingdom

NUTS code
  • UKD3 - Greater Manchester
Companies House

02648370

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £380,000

Lowest offer: £300,000 / Highest offer: £380,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Public Procuremet Review Service

London

SW1A 2AS

Country

United Kingdom