Liverpool School of Tropical Medicine: LW108 - Automated Intelligent Infection- Research High Containment Laboratory (AIR-HC)

  Liverpool School of Tropical Medicine is using Delta eSourcing to run this tender exercise

Notice Summary
Title: LW108 - Automated Intelligent Infection- Research High Containment Laboratory (AIR-HC)
Notice type: Contract Notice
Authority: Liverpool School of Tropical Medicine
Nature of contract: Supplies
Procedure: Open
Short Description: 1.4.LSTM and iiCON are now seeking suppliers for laboratory equipment and automation specialists to integrate these systems into the new facility. The scope of this tender includes the supply, installation, and commissioning of equipment as well as design work, packaging, shipping, user training, and ongoing maintenance and upgrades to ensure the lab operates at the cutting edge of research and development.
Published: 17/09/2024 16:08
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Liverpool: Automation system.
Section I: Contracting Authority
      I.1) Name and addresses
             Liverpool School of Tropical Medicine
             Pembroke Place, Liverpool, Liverpool, L3 5QA, United Kingdom
             Tel. +44 1517053237, Email: purchasing@lstmed.ac.uk
             Main Address: http://www.lstmed.ac.uk
             NUTS Code: UKD72
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Liverpool:-Automation-system./CK88998GG8
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: LW108 - Automated Intelligent Infection- Research High Containment Laboratory (AIR-HC)       
      Reference Number: LW108
      II.1.2) Main CPV Code:
      48921000 - Automation system.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: 1.4.LSTM and iiCON are now seeking suppliers for laboratory equipment and automation specialists to integrate these systems into the new facility. The scope of this tender includes the supply, installation, and commissioning of equipment as well as design work, packaging, shipping, user training, and ongoing maintenance and upgrades to ensure the lab operates at the cutting edge of research and development.       
      II.1.5) Estimated total value:
      Value excluding VAT: 10,000,000       
      Currency: GBP
      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: 4
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: 1.Automation & Integration       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      48921000 - Automation system.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: A laboratory automation specialist is invited to tender for the system design to automate the following three workflows, such that OEM equipment can be seamlessly driven from a central control software.
      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: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 6       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 2
      
      II.2.1) Title: Organoid workflow       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      51430000 - Installation services of laboratory equipment.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: This workflow will provide automated preparation and monitoring spheroids / organoids
      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: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 6       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Infection workflow       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      51430000 - Installation services of laboratory equipment.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: This workflow will mimic the requirements of workstation 1 but with the additional requirements of handling pathogens including those in schedule 5, Class 3 GMO’s and SAPO3 agents thus fundamental to this workstation will be careful design of the safety systems to ensure safe containment of the pathogens during normal operations and in the event of a spillage, the ability to sterilise.
      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: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 6       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: End Point Analysis Workflow       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      51430000 - Installation services of laboratory equipment.
      
      II.2.3) Place of performance:
      UKD72 Liverpool
      
      II.2.4) Description of procurement: This workflow will be designed for future expansion and final funding for this is under review and will be phased towards the later stages of the project once lots 1- 3 are well developed. This workflow is included for planning purposes and welcome input from potential suppliers of analytical solutions pertinent to 3D cell culture and the study of pathogens including but not limited to RNA/DNA extraction, qPCR, Mass Spectrometry and phenotypic characterisation
      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: 2,500,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 6       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
         
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 18/10/2024 Time: 16:00
            
      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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 18/10/2024
         Time: 16:01
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Liverpool:-Automation-system./CK88998GG8

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/CK88998GG8
   VI.4) Procedures for review
   VI.4.1) Review body:
             LIVERPOOL SCHOOL OF TROPICAL MEDICINE
       Liverpool, L3 5QA, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 17/09/2024

Annex A


View any Notice Addenda

View Award Notice