Section one: Contracting authority
one.1) Name and addresses
Newcastle University
Newcastle University, Procurement Services, Kingsgate
Newcastle
NE1 7RU
Contact
Dr Emma Barksby
Telephone
+44 1912086298
Country
United Kingdom
Region code
UKC22 - Tyneside
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Advert/Index?advertId=f887b270-9b44-ed11-811a-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=f887b270-9b44-ed11-811a-005056b64545
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
(NU/1816) The Supply and Installation of Three Incubator-Based Brightfield and Fluorescence-Capable Live-Cell Imaging Systems
Reference number
DN636283
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University requires three fluorescence and brightfield standard tissue culture incubator- based imaging systems for the automated imaging of cells in culture grown in standard tissue culture flasks, dishes and plates. The systems must be able to accommodate and schedule, multiple separate experiments each potentially requiring independent imaging parameters for example imaging frequency, magnification and fluorescence channel(s). The systems will be located and operated by the University’s BioImaging facility at three campus locations. Together they will form a live-cell imaging platform to serve the requirements of researchers at each location. The capabilities of each system or its associated software may need to be tailored depending on the research that it will support (this is outlined in section 3.1.13). The main users of the system will be academic labs across the faculty of medical sciences.
The scope of the contract is for the delivery, installation and commissioning of three incubator-based multi-user imaging systems capable of both brightfield and fluorescence imaging modalities (as specified in Section 3). Pricing for warranty, maintenance and after sales service must be provided within Section 4 Pricing Schedule. Ex-demonstration or reconditioned systems will be considered. Please note that the University reserves the right not to make an award of contract. Notification from the MRC will regarding the award of grant funding for the purchase of the systems will be confirmed at the beginning of November. To meet the MRC requirement for delivery, installation and payment the tender process will begin before funding is confirmed.
two.1.5) Estimated total value
Value excluding VAT: £610,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UKC22 - Tyneside
two.2.4) Description of the procurement
The University requires three fluorescence and brightfield standard tissue culture incubator- based imaging systems for the automated imaging of cells in culture grown in standard tissue culture flasks, dishes and plates. The systems must be able to accommodate and schedule, multiple separate experiments each potentially requiring independent imaging parameters for example imaging frequency, magnification and fluorescence channel(s). The systems will be located and operated by the University’s BioImaging facility at three campus locations. Together they will form a live-cell imaging platform to serve the requirements of researchers at each location. The capabilities of each system or its associated software may need to be tailored depending on the research that it will support (this is outlined in section 3.1.13). The main users of the system will be academic labs across the faculty of medical sciences.
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: £610,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Options are required for service and maintenance for up to 7 years post installation.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 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
10 November 2022
Local time
12:00pm
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: 90 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
10 November 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Newcastle University
Newcastle upon Tyne
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Newcastle University will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing before the contract is entered into. Applicants have 2 working days from notification of the award decision to request additional debriefing and 4 / 4 that information has to be provided a minimum of 3 working days before expiry of the standstill period. Such additional information should be requested from the address referred to in part 1.1 above. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages