Tender

Animal Health Screening

  • UK Research & Innovation

F02: Contract notice

Notice identifier: 2023/S 000-022815

Procurement identifier (OCID): ocds-h6vhtk-03ed53

Published 4 August 2023, 4:05pm



Section one: Contracting authority

one.1) Name and addresses

UK Research & Innovation

Polaris House, North Star Avenue

Swindon

SN2 1FL

Contact

MRC Procurement

Email

mrcprocurement@ukri.org

Telephone

+44 1793867000

Country

United Kingdom

Region code

UK - United Kingdom

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-Swindon:-Research-services./9J3R94S87F

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-title/9J3R94S87F

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 and Innovation


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Animal Health Screening

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

Contract for Animal Health Screening Services. Contract length is 2 years with 2 X optional 1 year extensions giving a maximum possible contract length of 4 years.

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85111800 - Pathology services

two.2.3) Place of performance

NUTS codes
  • UKJ14 - Oxfordshire
Main site or place of performance

Oxfordshire

two.2.4) Description of the procurement

Contract for Animal Health Screening Services. Contract length is 2 years with 2 X optional 1 year extensions giving a maximum possible contract length of 4 years.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £800,000

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 for 2 years with 2 optional 1 year extensions giving a maximum possible contract duration of 4 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

This contract is for 2 years with 2 optional 1 year extensions giving a maximum possible contract duration of 4 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


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

5 September 2023

Local time

1:00pm

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

5 September 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Four years

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

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-Swindon:-Research-services./9J3R94S87F" target="_blank">https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Research-services./9J3R94S87F

To respond to this opportunity, please click here:

https://ukri.delta-esourcing.com/respond/9J3R94S87F" target="_blank">https://ukri.delta-esourcing.com/respond/9J3R94S87F

GO Reference: GO-202384-PRO-23575407

six.4) Procedures for review

six.4.1) Review body

UK Research & Innovation

Legal Department, Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

legal@ukri.org

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

UK Research & Innovation

Legal Department, Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

commercial@ukri.org

Telephone

+44 1793867000

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

Email

legal@ukri.org

Country

United Kingdom