Contract notice

Information

Published

Date of dispatch of this notice: 10/06/2022

Expire date: 10/07/2022

External Reference: 2022-201717

TED Reference: 2022/S 114-320811

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Royal College of Surgeons in Ireland
N/A
123 St Stephens Green
Dublin
Dublin 2
IE
Contact person: Heiko Dussmann
Telephone: +353 4414028639
NUTS code:  IE06 -  Eastern and Midland
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=216254&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Other type:  Academic institution
I.5)

Main activity

Education

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

A spatial proteomics platform combining high throughput sample preparation, robotic handling and imaging
Reference number:  Spatial proteomics platform
II.1.2)

Main CPV code

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

The instruments platform to be purchased should consist of 3 lots, namely a high content microscopic imaging setup (A), an auto staining system (B) for slides with tissue or cultured cells, a robotic handling system to transfer slides, and an image processing and analysis software (C). The robotic handling system could be integrated in (A) or (B), or in both.
The output of the high content imaging setup should be whole slide scans which should be aligned from the repetitive scanning processes. The imaging setup should deliver state of the art performance with subcellular resolution. The auto staining system should also be suitable to run staining and hybridisation protocols. A fully automated repetitive staining imaging and quenching process is a plus.
Not all lots have to be offered by one vendor, but full compatibility between the different lots is a major selection criterion.
II.1.5)

Estimated total value

Value excluding VAT: 500000.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Suppliers are welcome to submit a tender for as many lots as they want- they can also provide different options and prices if they wish. The supplier can tender for only one lot if they wish.
II.2)

Description

II.2.1)

Title

Microscope: Inverted fully motorised research microscope with motorised stage and focus.
Lot No:  1
II.2.2)

Additional CPV code(s)

33000000  -  Medical equipments, pharmaceuticals and personal care products
38400000  -  Instruments for checking physical characteristics
38600000  -  Optical instruments
48000000  -  Software package and information systems
48900000  -  Miscellaneous software package and computer systems
II.2.3)

Place of performance

NUTS code:  IE06 -  Eastern and Midland
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Specifications for the spatial proteomics platform combining high throughput sample preparation, robotic handling and imaging
The instruments platform to be purchased should consist of 3 lots, namely a high content microscopic imaging setup (A), an auto staining system (B) for slides with tissue or cultured cells, a robotic handling system to transfer slides, and an image processing and analysis software (C). The robotic handling system could be integrated in (A) or (B), or in both.
The output of the high content imaging setup should be whole slide scans which should be aligned from the repetitive scanning processes. The imaging setup should deliver state of the art performance with subcellular resolution. The auto staining system should also be suitable to run staining and hybridisation protocols. A fully automated repetitive staining imaging and quenching process is a plus.
Not all lots have to be offered by one vendor, but full compatibility between the different lots is a major selection criterion.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 300000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Auto staining system with robotic handling
Lot No:  2
II.2.2)

Additional CPV code(s)

33000000  -  Medical equipments, pharmaceuticals and personal care products
38400000  -  Instruments for checking physical characteristics
38600000  -  Optical instruments
48000000  -  Software package and information systems
48900000  -  Miscellaneous software package and computer systems
II.2.3)

Place of performance

NUTS code:  IE06 -  Eastern and Midland
NUTS code:  IE -  IRELAND
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Specifications for the spatial proteomics platform combining high throughput sample preparation, robotic handling and imaging
The instruments platform to be purchased should consist of 3 lots, namely a high content microscopic imaging setup (A), an auto staining system (B) for slides with tissue or cultured cells, a robotic handling system to transfer slides, and an image processing and analysis software (C). The robotic handling system could be integrated in (A) or (B), or in both.
The output of the high content imaging setup should be whole slide scans which should be aligned from the repetitive scanning processes. The imaging setup should deliver state of the art performance with subcellular resolution. The auto staining system should also be suitable to run staining and hybridisation protocols. A fully automated repetitive staining imaging and quenching process is a plus.
Not all lots have to be offered by one vendor, but full compatibility between the different lots is a major selection criterion.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 150000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2)

Description

II.2.1)

Title

Spacial proteomics image processing and analysis software
Lot No:  3
II.2.2)

Additional CPV code(s)

33000000  -  Medical equipments, pharmaceuticals and personal care products
38400000  -  Instruments for checking physical characteristics
38600000  -  Optical instruments
48000000  -  Software package and information systems
48900000  -  Miscellaneous software package and computer systems
II.2.3)

Place of performance

NUTS code:  IE06 -  Eastern and Midland
Main site or place of performance:  
Dublin
II.2.4)

Description of the procurement

Specifications for the spatial proteomics platform combining high throughput sample preparation, robotic handling and imaging
The instruments platform to be purchased should consist of 3 lots, namely a high content microscopic imaging setup (A), an auto staining system (B) for slides with tissue or cultured cells, a robotic handling system to transfer slides, and an image processing and analysis software (C). The robotic handling system could be integrated in (A) or (B), or in both.
The output of the high content imaging setup should be whole slide scans which should be aligned from the repetitive scanning processes. The imaging setup should deliver state of the art performance with subcellular resolution. The auto staining system should also be suitable to run staining and hybridisation protocols. A fully automated repetitive staining imaging and quenching process is a plus.
Not all lots have to be offered by one vendor, but full compatibility between the different lots is a major selection criterion.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 50000.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: no
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  Refer to RFT document
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  10/07/2022
Local time:  12:00
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

Tender must be valid until:  10/12/2022
IV.2.7)

Conditions for opening of tenders

Date:  10/07/2022
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

RCSI
Dublin
Dublin 2
IE