Tender

Microscopy & Imaging Equipment

  • APUC Limited

F02: Contract notice

Notice identifier: 2025/S 000-030090

Procurement identifier (OCID): ocds-h6vhtk-04e33d (view related notices)

Published 5 June 2025, 9:34am



Section one: Contracting authority

one.1) Name and addresses

APUC Limited

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Contact

Ola McIntyre

Email

omcintyre@apuc-scot.ac.uk

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.apuc-scot.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402

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://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.u

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

Microscopy & Imaging Equipment

Reference number

LAB1035 AP

two.1.2) Main CPV code

  • 38510000 - Microscopes

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority is seeking Contractor(s) for the provision of supply, servicing, maintenance and repairs of microscopes and imaging equipment plus related consumables and software used in research, teaching and medical applications across the further and higher education sector and other public bodies in the UK. This includes Full and Associate Members, and future members, and their associated and affiliated bodies of the UK higher and further education regional purchasing consortia :

- APUC Ltd.(Advanced Procurement for Universities & Colleges): https://www.apuc-scot.ac.uk/?#!/members

- HEPCW (Higher Education Procurement Consortia Wales): https://www.hepcw.ac.uk/members/

- NEUPC (North Eastern Universities Purchasing Consortium): https://www.neupc.ac.uk/join/members/who-are-our-members

- NWUPC (North Western Universities Purchasing Consortium): https://www.nwupc.ac.uk/members/

- LUPC (London Universities Purchasing Consortium): https://www.lupc.ac.uk/members/our-members/

- SUPC (Southern Universities Purchasing Consortium): https://www.supc.ac.uk/our-members/

Other participating bodies include:

- Scotland Excel and their associate members

- NHS National (Scotland) Procurement

- Science and Advice for Scottish Agriculture – SASA

- National Galleries of Scotland

- National Records of Scotland

- Forestry and Land Scotland

- Historical Environment Scotland

- Marine Directorate.

two.1.5) Estimated total value

Value excluding VAT: £80,000,000

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

New Technology and Combined Systems

Lot No

3

two.2.2) Additional CPV code(s)

  • 38510000 - Microscopes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Areas of developing innovation or products and associated equipment that utilises technology that crosses two or more lot boundaries. This will include, but not be limited to:

- Non-traditional microscopes and imaging equipment

- Spatial biology instruments capable of high-plex acquisition of DNA, RNA, protein or metabolite data (including systems with panels of validated antibodies or markers).

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement..

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

High-throughput Systems

Lot No

4

two.2.2) Additional CPV code(s)

  • 38510000 - Microscopes
  • 71900000 - Laboratory services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

A variety of high-end systems and associated products that can be used in high-content screening set up. The imaging systems can be laser-based or not. Associated products can be, but not limited to, software for data analysis, automatic sample handling etc.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' requirements.

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: Yes

Identification of the project

TBA

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Laser-based Imaging Systems and Laser Components

Lot No

5

two.2.2) Additional CPV code(s)

  • 33128000 - Medical laser other than for surgery
  • 38510000 - Microscopes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Upright or inverted microscopes using laser technology such as Confocal, Spinning Disc, TIRF, Light Sheet and Multi-photon.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Super Resolution and Enhanced Resolution Microscopes

Lot No

6

two.2.2) Additional CPV code(s)

  • 38510000 - Microscopes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

- Deterministic super resolution and stochastic super resolution microscopy equipment such as simulated emission depletion (STED), ground state depletion (GSD), SPDMphymod.

- FLIM/FRET systems.

- Structured Illumination and other techniques (e.g. array detectors) for super resolution or other methods for achieving sub diffraction optical resolution.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' requirements

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: Yes

Identification of the project

TBA

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Detectors

Lot No

7

two.2.2) Additional CPV code(s)

  • 38510000 - Microscopes
  • 38651000 - Cameras

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

- Specialist camera and detector components for image acquisition in relation to life science applications and materials research.

- Other detectors – Photo Multiplier Tubes (PMTs), FLIM.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Light Sources

Lot No

8

two.2.2) Additional CPV code(s)

  • 38510000 - Microscopes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

- Incendescent Lamps

- Halogen Bulbs

- Arc Lamps

- LED Light Sources

- Lasers.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Servicing, Maintenance and Repairs

Lot No

9

two.2.2) Additional CPV code(s)

  • 71900000 - Laboratory services
  • 73111000 - Research laboratory services
  • 38510000 - Microscopes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

Comprehensive or preventative maintenance of equipment and associated software included in this Framework Agreement which is out with its agreed warranty period including existing equipment located in institutions.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50%

Price - Weighting: 50%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months, subject to satisfactory performance and continued Institutional requirement.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Optical Microscopes – High-End (Research)

Lot No

2

two.2.2) Additional CPV code(s)

  • 38510000 - Microscopes
  • 38634000 - Optical microscopes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

A variety of high-end optical microscopes, with a price of over 10,000 GBP (excl. VAT), suitable for research including, but not be limited to:

- Compound Microscopes - upright or inverted equipment featuring optional fluorescence and camera systems for use in teaching, tissue culture analysis and routine applications.

- Stereo and/or Zoom Microscopes - equipment featuring optional fluorescence and camera systems, for routine and clinical dissection, sorting, and examination.

- Medical Microscopes - Products designed for specialist medical and surgical applications, e.g. colposcopes, surgical loupes and microscopes with specific task fulfilment in neurology, ENT, dermatology, ophthalmology, dental or maxillofacial medicine.

- Label Free Holographic Microscopes

- Automated Live Cell (extended time lapse) microscopes

- Slide scanners.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70%

Price - Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions' requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

two.2) Description

two.2.1) Title

Optical Microscopes – Low-End (Teaching)

Lot No

1

two.2.2) Additional CPV code(s)

  • 38510000 - Microscopes
  • 38634000 - Optical microscopes

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom

two.2.4) Description of the procurement

A variety of low-end optical microscopes, with a price of 10,000 GBP (excl. VAT) and less, suitable for laboratory teaching including, but not be limited to:

- Compound Microscopes – upright or inverted equipment featuring optional fluorescence and camera systems for use in teaching, tissue culture analysis and routine applications.

- Stereo and/or Zoom Microscopes - equipment featuring optional fluorescence and camera systems, for routine and clinical dissection, sorting, and examination.

- Gel Documentation Systems.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 50%

Price - Weighting: 50%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 12 months subject to satisfactory performance and continued Institutions requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Please refer to Question 4B.5 of the SPD and Economic and Financial Standing section of the Contract Notice. Tenderers must confirm that they can provide the following supporting evidence prior to award:

Employer's (Compulsory) Liability Insurance = 5 Million GBP

Public Liability Insurance = 5 Million GBP

Product Liability Insurance = 5 Million GBP

To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent if awarded to the Framework Agreement. Alternatively, if the Contractor is unable to provide the required accounting information, e.g. due to being a new business, then they will be required to provide a banker's letter demonstrating their willingness to the support the Contractor's organisation over the term of the framework agreement.

Please refer to 4B.6 of the SPD.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Submission of Management Information Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period. Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website: http://ucsp.ac.uk.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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: 50

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.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-005578

four.2.2) Time limit for receipt of tenders or requests to participate

Date

31 July 2025

Local time

2:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 July 2025

Local time

2:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Estimated timing for further notices to be published:

February 2028

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

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Suppliers should confirm they will be in a position to complete (at point of award) the following:

Appendix A Form of Tender

Appendix B Freedom of Information

Appendix D APUC Sustain Supply Chain Code of Conduct

Appendix H Declaration of Non-involvement in Serious Organised Crime

Appendix I Declaration of Non- Involvement in Human Trafficking and Labour Exploitation

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29254. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Sub-Contracting is not a significant part of the overall anticipated contract spend.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The Contractor will work with the Authority to deliver Community Benefits or social value where they are identifiable throughout the term of the Framework Agreement. Examples of Community Benefits or social value are providing training opportunities to staff and students, graduate placements and supply chain development in the local community.

(SC Ref:797934)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

Viewfield Place

Stirling

FK8 1NH

Country

United Kingdom