Section one: Contracting authority
one.1) Name and addresses
QUADRAM INSTITUTE BIOSCIENCE
Quadram Institute Bioscience
Norwich
NR47UQ
Contact
Sally
Telephone
+44 1603450254
Country
United Kingdom
Region code
UKH17 - Breckland and South Norfolk
Companies House
03009972
Internet address(es)
Main address
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