UK-Cambridge: Technical testing, analysis and consultancy services.

UK-Cambridge: Technical testing, analysis and consultancy services.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Francis Crick Avenue, North Star Avenue, Cambridge, CB2 0QH, United Kingdom
Tel. +44 7593602434, Email: mrcprocurement@ukri.org
Contact: Procurement Manager - MRC LMB
Main Address: www.ukri.org
NUTS Code: UKH12
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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 abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Cambridge:-Technical-testing%2C-analysis-and-consultancy-services./HA6J24YKX3 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Health Screening services for MRC LMB (ARES)
Reference Number: UKRI-2464
II.1.2) Main CPV Code:
71600000 - Technical testing, analysis and consultancy services.

II.1.3) Type of contract: SERVICES
II.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.
II.1.5) Estimated total value:
Value excluding VAT: 425,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKH12 Cambridgeshire CC

II.2.4) Description of procurement: Annual, quarterly and ad-hoc testing of Mice for various pathogens, including water testing
II.2.5) Award criteria:
Criteria below
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

II.2.6) Estimated value:
Value excluding VAT: 425,000
Currency: GBP
II.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.

II.2.10) Information about variants:
Variants will be accepted: No
II.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.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/HA6J24YKX3


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/04/2023 Time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 28/04/2023
Time: 15:00


Section VI: Complementary Information
VI.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
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used No
VI.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

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/HA6J24YKX3
VI.4) Procedures for review
VI.4.1) Review body:
UK Research & Innovation
Legal Department, Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
UK Research & Innovation
Legal Department, Polaris House, Northstar Avenue, Swindon, SN2 1FL, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
UK Research & Innovation
Legal Department, Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 29/03/2023

Annex A