Tender

Supply of DCI, CSO and POS

  • Centre for Process Innovation Limited

F02: Contract notice

Notice identifier: 2023/S 000-036214

Procurement identifier (OCID): ocds-h6vhtk-0422c3

Published 8 December 2023, 1:20pm



The closing date and time has been changed to:

19 January 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Centre for Process Innovation Limited

Wilton Centre

Redcar

TS10 4RF

Email

e-tendering@uk-cpi.com

Telephone

+44 1642455340

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.uk-cpi.com

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30305

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

https://in-tendhost.co.uk/uk-cpi/aspx/Registration

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/uk-cpi/aspx/Registration

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Other activity

Scientific Research


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Supply of DCI, CSO and POS

Reference number

2995

two.1.2) Main CPV code

  • 24000000 - Chemical products

two.1.3) Type of contract

Supplies

two.1.4) Short description

CPI have a requirement for the ongoing supply of reagents in the form of DCI, CSO and POS. For more information, please download the tender pack from https://in-tendhost.co.uk/uk-cpi/aspx/Registration

two.1.5) Estimated total value

Value excluding VAT: £1,000,000

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

Supply of DCI

Lot No

1

two.2.2) Additional CPV code(s)

  • 24000000 - Chemical products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

CPI require the ongoing supply of DCI as per the 2995-Specification document which can be downloaded from https://in-tendhost.co.uk/uk-cpi/aspx/Home

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

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

Response to Standard Questionnaire, Regulatory Assessment Questionnaire and Material Specification Questionnaire

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Supply of CSO

Lot No

2

two.2.2) Additional CPV code(s)

  • 24000000 - Chemical products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

CPI require the ongoing supply of CSO as per the 2995-Specification document which can be downloaded from https://in-tendhost.co.uk/uk-cpi/aspx/Home

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

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

Response to Standard Questionnaire, Regulatory Assessment Questionnaire and Material Specification Questionnaire

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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) Description

two.2.1) Title

Supply of POS

Lot No

3

two.2.2) Additional CPV code(s)

  • 24000000 - Chemical products

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

CPI require the ongoing supply of POS as per the 2995-Specification document which can be downloaded from https://in-tendhost.co.uk/uk-cpi/aspx/Home

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

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

Completion of the Standard Questionnaire, Regulatory Assessment Questionnaire and Material Specification Questionnaire.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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: 9

In the case of framework agreements, provide justification for any duration exceeding 4 years:

This will not exceed 4 years.

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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

Originally published as:

Date

12 January 2024

Local time

12:00pm

Changed to:

Date

19 January 2024

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

22 January 2024

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=752595.

(SC Ref:752595)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerk's Office

Glasgow

G5 9DA

Country

United Kingdom