Opportunity

GSS23744 - UK Research and Innovation: Molecular Biology and Laboratory Chemicals Framework

  • UK Research and Innovation

F02: Contract notice

Notice reference: 2024/S 000-010324

Published 28 March 2024, 2:21pm



The closing date and time has been changed to:

24 May 2024, 10:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

UK Research and Innovation

Polaris House,North Star Avenue

SWINDON

SN21UH

Contact

Goods and Self Serve

Email

coreservices@uksbs.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.uksbs.co.uk

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

www.contractsfinder.service.gov.uk

Additional information can be obtained from another address:

UK Shared Business Services Ltd

Polaris House, North Star Avenue

Swindon

SN2 1FF

Contact

Goods and Self Service

Email

coreservices@uksbs.co.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.uksbs.co.uk

Tenders or requests to participate must be submitted electronically via

https://beisgroup.ukp.app.jaggaer.com/

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

GSS23744 - UK Research and Innovation: Molecular Biology and Laboratory Chemicals Framework

Reference number

GSS23744

two.1.2) Main CPV code

  • 33000000 - Medical equipments, pharmaceuticals and personal care products

two.1.3) Type of contract

Supplies

two.1.4) Short description

The final date and time for the submission of bids is Tuesday 7th May 2024 @ 11:00hrs GMT.

DO NOT apply directly to the buyer.

All tender information MUST be submitted through the Jaggaer eSourcing Portal.

Please note that this is a Supplies Contract.

As an independent non-departmental public body UK Research and Innovation brings together the seven Research Councils (AHRC, BBSRC, EPSRC, ESRC, MRC, NERC, STFC) plus Innovate UK and a new organisation, Research England.

UKRI wishes to establish a Framework for the provision of Molecular Biology and Laboratory Chemicals.

The Framework will be based on Nine LOTS:

Lot 1 - Nucleic Acid Manipulation

Lot 2 - Protein Manipulation

Lot 3 - Cell and Tissue Culture

Lot 4 - Antibiotics

Lot 5 - Chemicals and Solvents

Lot 6 - Fine Chemicals

Lot 7 - Controlled Drugs, Schedule 5, Toxins & Bioactive small molecules / Inhibitors

Lot 8 - Stable Isotopes

Lot 9 - Biological Buffers

This Framework will be made accessible for UK Research and Innovation (The Contracting Authority), and it is intended that multiple providers will be appointed for each of the Lots detailed above.

Potential bidders are invited to tender for one or more Lots or Sub Lots on an individual basis.

This Framework is being established for a term of 3 years with the option to extend for a further 1 year

Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal.

This contract will be awarded based on the evaluation criteria as set out in the RFP document.

How to Apply

UK Shared Business Services Ltd (UKSBS) will be using the Jaggaer eSourcing Portal for this procurement.

To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier.

If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/.

Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number GSS23744 or ITT_1427 - GSS23744 - UK Research and Innovation: Molecular Biology and Laboratory Chemicals Framework - Qualification Questionnaire

two.1.5) Estimated total value

Value excluding VAT: £16,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Sub Lot 1.1: Restriction endonucleases / Modifying enzymes / DNA Labelling Kits / PCR Reagents / Nucleotides / qRT - PCR reagents / cDNA synthesis kit

Lot No

Sub Lot 1.1

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33698100 - Microbiological cultures

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range of products used for Nucleic Acid Manipulation.

The range includes, but is not limited to the below products:

• Restriction endonucleases

• Modifying enzymes

• DNA Labelling Kits

• PCR Reagents

• Nucleotides

• qRT - PCR reagents

• cDNA synthesis kit

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 12

two.2) Description

two.2.1) Title

Sub Lot 1.2 DNA and RNA purification kits and reagents / DNA and RNA extraction kits and reagents

Lot No

Sub Lot 1.2

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33698100 - Microbiological cultures

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range of products used for Nucleic Acid Manipulation.

The range includes, but is not limited to the below products:

• DNA and RNA purification kits and reagents

• DNA and RNA extraction kits and reagents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being Let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of suppliers for this Lot is 12

two.2) Description

two.2.1) Title

Sub Lot 1.3 DNA Ladders / DNA intercalants and stains

Lot No

Sub Lot 1.3

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33698100 - Microbiological cultures

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range of products used for Nucleic Acid Manipulation.

The range includes, but is not limited to the below products:

DNA Ladders

DNA intercalants and stains

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being Let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of suppliers for this Lot is 11

two.2) Description

two.2.1) Title

Sub Lot 1.4 - Competent cells / Antibiotics / Expression vectors / Cloning vectors and kits / Plasmid mutagenesis vectors and kits

Lot No

Sub Lot 1.4

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33698100 - Microbiological cultures

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

UKRI wish to put in place a Framework for the provision of Nucleic Acid Manipulation.

The range of products will include but will not be limited to:

• Competent cells

• Antibiotics

• Expression vectors

• Cloning vectors and kits

• Plasmid mutagenesis vectors and kits

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being Let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of suppliers for this Lot is 10

two.2) Description

two.2.1) Title

Sub Lot 1.5 - Next Generation sequencing reagents / Library Preparation Kits

Lot No

Sub Lot 1.5

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33698100 - Microbiological cultures

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

UKRI wish to put in place a Framework for the provision of Nucleic Acid Manipulation.

The range of products will include but will not be limited to:

• Next Generation sequencing reagents

• Library Preparation Kits

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This Contract is being Let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of suppliers for this Lot is 10

two.2) Description

two.2.1) Title

Sub Lot 2.1 - Precast Gels / Acrylamide (Gel running buffers) / Protein ladders / Protein stains and detection reagents

Lot No

Sub Lot 2.1

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above Sub Lot, UKRI wish to purchase a range of products used for Protein Manipulation

The range includes, but is not limited to the below products:

• Precast gels

• Acrylamide (Gel running buffers)

• Protein ladders

• Protein stains and detection reagents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being Let on a 3 years + 1 year basis.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 9

two.2) Description

two.2.1) Title

Sub Lot 2.2 - Protein extraction kits / Immunoprecipitation kits

Lot No

Sub Lot 2.2

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above Sub Lot, UKRI wish to purchase a range of products used for Protein Manipulation.

The range includes, but is not limited to the below products:

• Protein extraction kits

• Immunoprecipitation kits

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This Contract is being Let on a 3 years + 1 year basis.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 8

two.2) Description

two.2.1) Title

Sub Lot 2.3 - Growth Factors / Enzymes

Lot No

Sub Lot 2.3

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above Sub Lot, UKRI wish to purchase a range of products used for Protein Manipulation.

The range includes, but is not limited to the below products:

• Growth Factors

• Enzymes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This Contract is being Let on a 3 years + 1 Year basis.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 10

two.2) Description

two.2.1) Title

Sub Lot 2.4 - Protein expression and purification kits and reagents

Lot No

Sub Lot 2.4

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above Sub Lot, UKRI wish to purchase a range of products used for Protein Manipulation.

The range includes, but is not limited to the below products:

• Protein expression and purification kits and reagents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being Let on a 3 years + 1 year basis.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 9

two.2) Description

two.2.1) Title

Sub Lot 2.5 - Chromatography Resins

Lot No

Sub Lot 2.5

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above Sub Lot, UKRI wish to purchase a range of products used for Protein Manipulation.

The range includes, but is not limited to the below products:

• Chromatography Resins

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This Contract is being Let on a 3 years + 1 year basis.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 10

two.2) Description

two.2.1) Title

Sub Lot 2.6 - Immunoassays

Lot No

Sub Lot 2.6

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range of products used for Protein Manipulation.

The range includes, but is not limited to the below products:

• Immunoassays

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being let on a 3 years + 1 year basis.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 7

two.2) Description

two.2.1) Title

Sub Lot 2.7 - Proteins / Recombinant proteins

Lot No

Sub Lot 2.7

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33954000 - Biological evidence collection kits

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range of products used for Protein Manipulation

The range includes, but is not limited to the below products:

• Proteins / Recombinant proteins

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being Let on a 3 years + 1 year basis.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 7

two.2) Description

two.2.1) Title

Sub Lot 3.1 - Culture Media / Cell and tissue dissociation reagents / Animal serum / Transfection reagents

Lot No

Sub Lot 3.1

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 73111000 - Research laboratory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above Sub Lot, UKRI wish to purchase a range of products used for Cell and Tissue Culture.

The range includes, but is not limited to the below products:

• Culture Media

• Cell and tissue dissociation reagents

• Animal serum

• Transfection reagents

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being Let on a 3 years + 1 year basis.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Sub Lot is 11

two.2) Description

two.2.1) Title

Sub Lot 3.2 - Cellular and biochemical assays

Lot No

Sub Lot 3.2

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 73111000 - Research laboratory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range of products used for Cell and Tissue Culture

The range includes, but is not limited to the below products:

• Cellular and biochemical assays

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being Let on a 3 years + 1 year basis.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 6

two.2) Description

two.2.1) Title

Sub Lot 3.3 - Flow Cytometry / Cell Separation

Lot No

Sub Lot 3.3

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 73111000 - Research laboratory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range of products used for Cell and Tissue Culture.

The range includes, but is not limited to the below products:

• Flow Cytometry

• Cell Separation

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 7

two.2) Description

two.2.1) Title

Sub Lot 3.4 - Immunohistochemistry kits / Fixatives and permeabilization chemicals / Stains and counterstains

Lot No

Sub Lot 3.4

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 73111000 - Research laboratory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range of products used for Cell and Tissue Culture.

The range includes, but is not limited to the below products:

• Immunohistochemistry kits

• Fixatives and permeabilization chemicals

• Stains and counterstains

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 6

two.2) Description

two.2.1) Title

Lot 4 - Antibiotics

Lot No

Lot 4

two.2.2) Additional CPV code(s)

  • 24956000 - Peptones and protein substances
  • 33696500 - Laboratory reagents

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above Lot, UKRI wish to purchase a range of products used for Antibiotics.

The range includes, but is not limited to the below products:

• Antibiotics for invitro use.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 7

two.2) Description

two.2.1) Title

Sub Lot 5.1 - Duty Free Chemicals

Lot No

Sub Lot 5.1

two.2.2) Additional CPV code(s)

  • 24320000 - Basic organic chemicals
  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range Chemicals and Solvents.

The range includes, but is not limited to the below products:

• Duty Free Chemicals

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 4

two.2) Description

two.2.1) Title

Sub Lot 5.2 - Duty Paid Chemicals

Lot No

Sub Lot 5.2

two.2.2) Additional CPV code(s)

  • 24320000 - Basic organic chemicals
  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range of Chemicals and Solvents.

The range includes, but is not limited to the below products:

• Duty Paid Chemicals

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 4

two.2) Description

two.2.1) Title

Lot 6 - Fine Chemicals

Lot No

Lot 6

two.2.2) Additional CPV code(s)

  • 24320000 - Basic organic chemicals
  • 33696500 - Laboratory reagents

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above Lot, UKRI wish to purchase a range of Fine Chemicals

The range includes, but is not limited to the below products:

• Fine Chemicals

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 7

two.2) Description

two.2.1) Title

Lot 7 - Controlled Drugs, Schedule 5, Toxins & Bioactive small molecules/Inhibitors

Lot No

Lot 7

two.2.2) Additional CPV code(s)

  • 24320000 - Basic organic chemicals

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above Lot, UKRI wish to purchase a range of Controlled Drugs, Schedule 5, Toxins & Bioactive small molecules/Inhibitors

The range includes, but is not limited to the below products:

• Controlled Drugs, Schedule 5, Toxins & Bioactive Small Molecules / Inhibitors

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being Let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 3

two.2) Description

two.2.1) Title

Lot 8 - Stable Isotopes

Lot No

Lot 8

two.2.2) Additional CPV code(s)

  • 24320000 - Basic organic chemicals

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above Lot, UKRI wish to purchase a range of Stable Isotopes.

The range includes, but is not limited to the below products:

• Stable Isotopes

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 3

two.2) Description

two.2.1) Title

Lot 9 - Biological Buffers

Lot No

Lot 9

two.2.2) Additional CPV code(s)

  • 24320000 - Basic organic chemicals

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

For the above sub lot, UKRI wish to purchase a range of Biological Buffers.

The range includes, but is not limited to the below products:

• Biological Buffers

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

This contract is being let on a 3 years + 1 year basis

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

The maximum number of Suppliers for this Lot is 6


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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 179

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-028358

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

7 May 2024

Local time

10:00am

Changed to:

Date

24 May 2024

Local time

10:00am

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

7 May 2024

Local time

11:00am

Place

Electronically


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

DO NOT APPLY DIRECTLY TO BUYER

All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity.

Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.

As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response.

Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.

The Contracting Authority expressly reserves the right:

i. not to award any contract as a result of the procurement process commenced by publication of this notice; and

ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.

About UK Shared Business Services

UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.

Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority.

Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.

For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

six.4) Procedures for review

six.4.1) Review body

UK Shared Business Services Ltd

Polaris House, North Star Avenue

Swindon

SN2 1FF

Email

policy@uksbs.co.uk

Country

United Kingdom

Internet address

www.uksbs.co.uk