Tender

(NU/1816) The Supply and Installation of Three Incubator-Based Brightfield and Fluorescence-Capable Live-Cell Imaging Systems

  • Newcastle University

F02: Contract notice

Notice identifier: 2022/S 000-028423

Procurement identifier (OCID): ocds-h6vhtk-037468

Published 10 October 2022, 2:12pm



Section one: Contracting authority

one.1) Name and addresses

Newcastle University

Newcastle University, Procurement Services, Kingsgate

Newcastle

NE1 7RU

Contact

Dr Emma Barksby

Email

emma.barksby@ncl.ac.uk

Telephone

+44 1912086298

Country

United Kingdom

Region code

UKC22 - Tyneside

Internet address(es)

Main address

https://www.ncl.ac.uk

Buyer's address

https://www.ncl.ac.uk

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

https://www.ncl.ac.uk

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