Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Francis Crick Avenue, North Star Avenue
Cambridge
CB2 0QH
Contact
Procurement Manager - MRC LMB
Telephone
+44 7593602434
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
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
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
Other activity
Research
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Health Screening services for MRC LMB (ARES)
Reference number
UKRI-2464
two.1.2) Main CPV code
- 71600000 - Technical testing, analysis and consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
UKRI Is seeking a contract for the provision of health screening for mice at the MRC LMB (ARES building) and water testing from the same site.
two.1.5) Estimated total value
Value excluding VAT: £425,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
Main site or place of performance
Cambridgeshire CC
two.2.4) Description of the procurement
Annual, quarterly and ad-hoc testing of Mice for various pathogens, including water testing
two.2.5) Award criteria
Quality criterion - Name: Compliance to specification / Weighting: 30
Quality criterion - Name: Collection/Test time / Weighting: 10
Quality criterion - Name: Emergency results / Weighting: 10
Quality criterion - Name: Contingency Planning / Weighting: 10
Quality criterion - Name: Social Value Model / Weighting: 10
Cost criterion - Name: Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £425,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
After the initial 2 year contract period UKRI may exercise its option to extend the contract by 1+1 years.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
After the initial 2 year contract period UKRI may exercise its option to extend the contract by 1+1 years.
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
To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/HA6J24YKX3
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 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
28 April 2023
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated to be January 2025 or in the event of extension January 2027
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Cambridge:-Technical-testing%2C-analysis-and-consultancy-services./HA6J24YKX3" target="_blank">https://ukri.delta-esourcing.com/tenders/UK-UK-Cambridge:-Technical-testing%2C-analysis-and-consultancy-services./HA6J24YKX3
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/HA6J24YKX3" target="_blank">https://ukri.delta-esourcing.com/respond/HA6J24YKX3
GO Reference: GO-2023329-PRO-22424706
six.4) Procedures for review
six.4.1) Review body
UK Research & Innovation
Legal Department, Polaris House, North Star Avenue
Swindon
SN2 1FL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
UK Research & Innovation
Legal Department, Polaris House, Northstar Avenue
Swindon
SN2 1FL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
UK Research & Innovation
Legal Department, Polaris House, North Star Avenue
Swindon
SN2 1FL
Country
United Kingdom