UK-Swindon: Laboratory, optical and precision equipments (excl. glasses).

UK-Swindon: Laboratory, optical and precision equipments (excl. glasses).

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
UK Research & Innovation
www.ukri.org, Swindon, SN2 1 FL, United Kingdom
Tel. +44 1235446553, Email: MRCProcurement@ukri.org
Contact: MRC LMS Procurement
Main Address: www.ukri.org
NUTS Code: UK

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: Yes

I.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Other activity: Research

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: UKRI-2185 LMS Imaging System
Reference number: Not Provided

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: Bioluminescence and fluorescence sensitive imaging system in a benchtop format for in vitro, ex vivo and in vivo imaging.

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Value: 139,774.5

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
38600000 - Optical instruments.


II.2.3) Place of performance
Nuts code:
UKI3 - Inner London – West

Main site or place of performance:
Inner London – West


II.2.4) Description of the procurement: Bioluminescence and fluorescence sensitive imaging system in a benchtop format for in vitro, ex vivo and in vivo imaging

II.2.5) Award criteria:

Quality - Weighting: 100


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below (please complete Annex D1)


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
Not Provided


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: 22/07/2022

V.2.2) Information about tenders
Number of tenders received: 1
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)
PerkinElmer LAS (UK) Ltd, 03763278
Chalfont Road, Seer Green, Beaconsfield, Buckinghamshire, HP9 2 FX, United Kingdom
NUTS Code: UK
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: Not Provided
Total value of the contract/lot: 139,774.5
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: Procurement Contract Transparency Data: Redacted contract documents will be made available within the next 30 days on the UKRI website at: https://www.ukri.org/about-us/procurement-contract-transparency-data/
To view this notice, please click here:
https://ukri.delta-esourcing.com/delta/viewNotice.html?noticeId=711167457

VI.4) Procedures for review

VI.4.1) Review body
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1 FL, United Kingdom
Email: MRCProcurement@ukri.org
Internet address: www.ukri.org

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: 16/08/2022




ANNEX D

1. Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article 32 of Directive 2014/24/EU

No tenders or no suitable tenders/requests to participate in response to: Not Provided

The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive (for supplies only): No

The works, supplies or services can be provided only by a particular economic operator for the following reason: absence of competition for technical reasons

Extreme urgency brought about by events unforeseeable for the contracting authority and in accordance with the strict conditions stated in the directive: No

Additional deliveries by the original supplier ordered under the strict conditions stated in the directive: No



Procurement of supplies quoted and purchased on a commodity market: No

Purchase of supplies or services on particularly advantageous terms: No


3. Explanation
The imaging benchtop system will be connected to the current IVIS Spectrum system therefore it is necessary have the same technical characteristics in both systems in order to perform preliminary/screening experiments. Having two instruments from the same manufacturer calibrated to the same specifications, with same optical parts such as filters and camera allows inter instrument comparison and uniformity what is a central requirement of the experimental protocols.