Royal Botanic Gardens is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | RBGKEW1308 Expanding the use of Artificial Intelligence (AI) in root fungal colonisation assessment |
Notice type: | Contract Notice |
Authority: | Royal Botanic Gardens |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | RBG Kew require a consultancy service, to expand the work developed during phase 1, to adapt AMFinder, an AI visualisation tool developed by Evangelisti et al (2021) to assess fungal-colonisation, for use with more complex field root samples. The work in phase 2 would focus on improving the accuracy of the outputs that AMFinder generates and expanding its functionality to detect different mycorrhizal types. This will build on the preliminary work carried out in phase 1, exploring the potential of a semi-supervised learning approach, and improving the user experience of the tool, by editing the dashboard interfaces and developing pipelines. The AMFinder tool should provide a method for rapid quantification of fungal colonisation in plant roots. Input to the tool will be images of ink-stained fungal structures inside roots mounted on microscopy slides, taken with a digital slide scanner (Panoramic Midi II) at RBG Kew. Adherence to data regulation and standards is essential. |
Published: | 16/07/2024 11:16 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Royal Botanic Gardens
Royal Botanic Gardens,, The Herbarium, Kew Green,, Richmond, TW9 3AE, United Kingdom
Tel. +44 2083325000, Email: procurement@kew.org
Contact: Jamal Jimenez
Main Address: www.kew.org
NUTS Code: UKI75
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-Richmond:-Research-and-development-services-and-related-consultancy-services./ZETY78UYK8
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/UK-Richmond:-Research-and-development-services-and-related-consultancy-services./ZETY78UYK8 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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: RBGKEW1308 Expanding the use of Artificial Intelligence (AI) in root fungal colonisation assessment
Reference Number: RBGKEW1308
II.1.2) Main CPV Code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: RBG Kew require a consultancy service, to expand the work developed during phase 1, to adapt AMFinder, an AI visualisation tool developed by Evangelisti et al (2021) to assess fungal-colonisation, for use with more complex field root samples. The work in phase 2 would focus on improving the accuracy of the outputs that AMFinder generates and expanding its functionality to detect different mycorrhizal types. This will build on the preliminary work carried out in phase 1, exploring the potential of a semi-supervised learning approach, and improving the user experience of the tool, by editing the dashboard interfaces and developing pipelines. The AMFinder tool should provide a method for rapid quantification of fungal colonisation in plant roots. Input to the tool will be images of ink-stained fungal structures inside roots mounted on microscopy slides, taken with a digital slide scanner (Panoramic Midi II) at RBG Kew. Adherence to data regulation and standards is essential.
II.1.5) Estimated total value:
Value excluding VAT: 500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKI75 Hounslow and Richmond upon Thames
II.2.4) Description of procurement: The total contract value for the Core Work Requirements is £250,000 excluding VAT. Tenders above this value will be excluded. Additional Work Requirements are subject to the needs of RBGKEW and will also form part of the contract. The total contract value is anticipated to be between £200,000 - £500,000 excluding VAT.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Technical Criteria / Weighting: 75
Commercial Criteria - Weighting: 25
II.2.6) Estimated value:
Value excluding VAT: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 09/09/2024 / End: 31/03/2025
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The contract may be extended by up to 31.03.2026 depending on the requirements of RBGKEW.
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: Yes
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: 15/08/2024 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:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 15/08/2024
Time: 12:02
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 No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Richmond:-Research-and-development-services-and-related-consultancy-services./ZETY78UYK8
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/ZETY78UYK8
VI.4) Procedures for review
VI.4.1) Review body:
Head of Procurement & Contract Management, Royal Botanic Gardens, Kew
1 Kew Palace Flats, Royal Botanic Gardens,, Kew Green, Richmond, TW9 3AE, United Kingdom
Tel. +44 2083325000
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: 16/07/2024
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Royal Botanic Gardens
Royal Botanic Gardens,, The Herbarium, Kew Green,, Richmond, TW9 3AE, United Kingdom
Tel. +44 2083325000, Email: procurement@kew.org
Contact: Jamal Jimenez
Main Address: www.kew.org
NUTS Code: UKI75
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.4)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity:
Environment
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: RBGKEW1308 Expanding the use of Artificial Intelligence (AI) in root fungal colonisation assessment
Reference number: RBGKEW1308
II.1.2) Main CPV code:
73000000 - Research and development services and related consultancy services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: RBG Kew require a consultancy service, to expand the work developed during phase 1, to adapt AMFinder, an AI visualisation tool developed by Evangelisti et al (2021) to assess fungal-colonisation, for use with more complex field root samples. The work in phase 2 would focus on improving the accuracy of the outputs that AMFinder generates and expanding its functionality to detect different mycorrhizal types. This will build on the preliminary work carried out in phase 1, exploring the potential of a semi-supervised learning approach, and improving the user experience of the tool, by editing the dashboard interfaces and developing pipelines. The AMFinder tool should provide a method for rapid quantification of fungal colonisation in plant roots. Input to the tool will be images of ink-stained fungal structures inside roots mounted on microscopy slides, taken with a digital slide scanner (Panoramic Midi II) at RBG Kew. Adherence to data regulation and standards is essential.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKI75 - Hounslow and Richmond upon Thames
Main site or place of performance:
Hounslow and Richmond upon Thames
II.2.4) Description of the procurement: The total contract value for the Core Work Requirements is £250,000 excluding VAT. Tenders above this value will be excluded. Additional Work Requirements are subject to the needs of RBGKEW and will also form part of the contract. The total contract value is anticipated to be between £200,000 - £500,000 excluding VAT.
II.2.5) Award criteria:
Quality criterion - Name: Technical Criteria / Weighting: 75
Commercial Criteria - Weighting: 25
II.2.11) Information about options
Options: Yes
Description of these options:The contract may be extended by up to 31.03.2026 depending on the requirements of RBGKEW.
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.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-021794
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 15/08/2024
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
D-fine GmbH, N/A
An der Hauptwache 7 60313, Frankfurt, Registration number : HRB 48 103, Amtsgericht Frankfurt a.M., Germany, Frankfurt, Germany
NUTS Code: DE712
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=896966890
VI.4) Procedures for review
VI.4.1) Review body
Head of Procurement & Contract Management, Royal Botanic Gardens, Kew
1 Kew Palace Flats, Royal Botanic Gardens,, Kew Green, Richmond, TW9 3AE, United Kingdom
Tel. +44 2083325000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 25/10/2024