Tender

Health Screening services for MRC LMB (ARES)

  • UK Research & Innovation

F02: Contract notice

Notice identifier: 2023/S 000-009194

Procurement identifier (OCID): ocds-h6vhtk-03b724

Published 29 March 2023, 4:05pm



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

Email

mrcprocurement@ukri.org

Telephone

+44 7593602434

Country

United Kingdom

Region code

UKH12 - Cambridgeshire CC

Internet address(es)

Main address

www.ukri.org

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Cambridge:-Technical-testing%2C-analysis-and-consultancy-services./HA6J24YKX3

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Cambridge:-Technical-testing%2C-analysis-and-consultancy-services./HA6J24YKX3

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