- Scope of the procurement
- Sub Lot 1.1: Restriction endonucleases / Modifying enzymes / DNA Labelling Kits / PCR Reagents / Nucleotides / qRT - PCR reagents / cDNA synthesis kit
- Sub Lot 1.2 DNA and RNA purification kits and reagents / DNA and RNA extraction kits and reagents
- Sub Lot 1.3 DNA Ladders / DNA intercalants and stains
- Sub Lot 1.4 - Competent cells / Antibiotics / Expression vectors / Cloning vectors and kits / Plasmid mutagenesis vectors and kits
- Sub Lot 1.5 - Next Generation sequencing reagents / Library Preparation Kits
- Sub Lot 2.1 - Precast Gels / Acrylamide (Gel running buffers) / Protein ladders / Protein stains and detection reagents
- Sub Lot 2.2 - Protein extraction kits / Immunoprecipitation kits
- Sub Lot 2.3 - Growth Factors / Enzymes
- Sub Lot 2.4 - Protein expression and purification kits and reagents
- Sub Lot 2.5 - Chromatography Resins
- Sub Lot 2.6 - Immunoassays
- Sub Lot 2.7 - Proteins / Recombinant proteins
- Sub Lot 3.1 - Culture Media / Cell and tissue dissociation reagents / Animal serum / Transfection reagents
- Sub Lot 3.2 - Cellular and biochemical assays
- Sub Lot 3.3 - Flow Cytometry / Cell Separation
- Sub Lot 3.4 - Immunohistochemistry kits / Fixatives and permeabilization chemicals / Stains and counterstains
- Lot 4 - Antibiotics
- Sub Lot 5.1 - Duty Free Chemicals
- Sub Lot 5.2 - Duty Paid Chemicals
- Lot 6 - Fine Chemicals
- Lot 7 - Controlled Drugs, Schedule 5, Toxins & Bioactive small molecules/Inhibitors
- Lot 8 - Stable Isotopes
- Lot 9 - Biological Buffers
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
Country
United Kingdom
Region code
UK - United Kingdom
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
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
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
Country
United Kingdom