Tender

In Vivo Imaging System

  • London School of Hygiene & Tropical Medicine

F02: Contract notice

Notice identifier: 2022/S 000-030427

Procurement identifier (OCID): ocds-h6vhtk-037cfb

Published 27 October 2022, 7:07pm



The closing date and time has been changed to:

28 November 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

London School of Hygiene & Tropical Medicine

Keppel Street,

London

WC1E 7HT

Contact

Paul Pester

Email

paul.pester@lshtm.ac.uk

Telephone

+44 02079272471

Country

United Kingdom

Region code

UKI31 - Camden and City of London

National registration number

RC000330

Internet address(es)

Main address

http://www.lshtm.ac.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104519

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=55433&B=LSHTM

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=55433&B=LSHTM

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

In Vivo Imaging System

Reference number

LSHTM-2022-50

two.1.2) Main CPV code

  • 33110000 - Imaging equipment for medical, dental and veterinary use

two.1.3) Type of contract

Supplies

two.1.4) Short description

Purchase of a ultra-high resolution optical imaging system including highly sensitive fluorescence and bioluminescence in vivo imaging, 3D Fluorescence and tomography and X-ray computed Tomography (CT) to be delivered, installed and commissioned in LSHTM Keppel Street, London, WC1E 7HT by March 2023.

two.1.5) Estimated total value

Value excluding VAT: £415,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 33100000 - Medical equipments
  • 33111000 - X-ray devices
  • 33111800 - Diagnostic X-ray system

two.2.3) Place of performance

NUTS codes
  • UKI31 - Camden and City of London
Main site or place of performance

Keppel Street, London, WC1E 7HT

two.2.4) Description of the procurement

Purchase of ultra-high resolution optical imaging system including highly sensitive fluorescence and bioluminescence in vivo imaging, 3D Fluorescence and tomography and X-ray computed Tomography (CT) to be delivered, installed and commissioned in LSHTM Keppel Street, London, WC1E 7HT by March 2023.

The solution can be a single combined system or two complimentary systems. The system must be flexible, upgradable, easy to maintain and intuitive to learn.

The in vivo imaging system must be capable of the following;

• Highly sensitive 2D fluorescence and bioluminescence in vivo imaging. 4 magnification settings, the ability to image 10 mice simultaneously (with temperature and anaesthesia control), and computer-regulated narrow band-pass excitation filters covering the range of 300-900 nm.

• 3D-tomographic reconstruction for both bioluminescence and fluorescence using real CT data to create a non-uniform light absorption/scattering map. The 3D reconstruction to correct for non-uniform light absorption/scattering by different organs/tissue allowing for non-invasive and much more precise assessment of heart, GI tract and CNS infections.

• The X-ray CT facility must be able to combines scan times down to 5 seconds for total body mouse imaging, ultra-low X-ray dosage (down to 2 mGy), and an ability to image 4 mice simultaneously.

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: £415,000

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

Duration in months

4

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: 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 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

Originally published as:

Date

27 November 2022

Local time

12:00pm

Changed to:

Date

28 November 2022

Local time

12:00pm

See the change notice.

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

four.2.7) Conditions for opening of tenders

Date

27 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

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

London School of Hygiene & Tropical Medicine

Keppel Street

London

WC1E 7HT

Country

United Kingdom