Tender

Full Spectrum Flow Cytometer

  • UNIVERSITY OF SOUTHAMPTON

F02: Contract notice

Notice identifier: 2022/S 000-002653

Procurement identifier (OCID): ocds-h6vhtk-0310f7

Published 31 January 2022, 11:02am



Section one: Contracting authority

one.1) Name and addresses

UNIVERSITY OF SOUTHAMPTON

BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD

SOUTHAMPTON

SO171BJ

Contact

Michael Goff

Email

procurement@soton.ac.uk

Telephone

+44 2380592654

Country

United Kingdom

NUTS code

UKJ32 - Southampton

Internet address(es)

Main address

www.southampton.ac.uk

Buyer's address

https://in-tendhost.co.uk/universityofsouthampton

one.3) Communication

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

https://in-tendhost.co.uk/universityofsouthampton/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/universityofsouthampton/aspx/Home

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Full Spectrum Flow Cytometer

Reference number

2021UoS-0423

two.1.2) Main CPV code

  • 38434510 - Cytometers

two.1.3) Type of contract

Supplies

two.1.4) Short description

The University seeks to appoint a supplier to meet our need for a Flow Cytometer that can provide a step change in the number of parameters analysed in a single sample, provide auto-fluorescence extraction, unmix combinations of fluorochromes not distinguishable with conventional flow cytometers, together with the ability to sort these multi-parameter populations for further downstream analysis.

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38434510 - Cytometers
  • 38434520 - Blood analysers
  • 38434540 - Biomedical equipment
  • 38434550 - Blood-cell counters
  • 38434560 - Chemistry analyser

two.2.3) Place of performance

NUTS codes
  • UKJ32 - Southampton
Main site or place of performance

The Faculty of Medicine Core Flow Cytometry Facilty,

Clinical and Experimental Sciences,

LF61, Level F South Academic Block, Southampton General Hospital,

Tremona Road,

Southampton,

UK,

SO16 6YD

two.2.4) Description of the procurement

The University proposes to enter into a Contract for one year - this will be the maximum contract period, with the successful tenderer.

This will comprise of an initial contract period of one year for the provision of the equipment including a one year warranty with an option to extend by up to a further five years for extended support and maintenance (subject to the satisfactory performance and at the discretion of the University).

The contract will be effective on signing. The initial term of the warranty of one year will run from the date of delivery of the equipment with extensions if so agreed by the University, running from the expiry of the initial contract period.

Contract Value:

The estimated value of the initial one year contract period is within the range of £370,000 to £400,000, excluding VAT. This value includes all related components, services and maintenance for the initial contract period.

The total estimated value of this contract is £400,000, this value takes into account the estimated value of extending the service and maintenance contract up to an additional five years.

two.2.5) Award criteria

Quality criterion - Name: Adherence to Budget / Weighting: Pass/Fail

Quality criterion - Name: Delivery Against UoS Requirements / Weighting: 10%

Quality criterion - Name: Warranty, Maintenance, Servicing and Repair / Weighting: 10%

Quality criterion - Name: Training and After Sales Application support / Weighting: 10%

Cost criterion - Name: Table A - Mandatory Requirements / Weighting: 60%

Cost criterion - Name: Table B - Desirable Requirements / Weighting: 10%

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Start date

4 April 2022

End date

3 April 2027

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.2.14) Additional information

This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render

the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract. Due to the nature of the

contract and the service requirements involved, all elements of the contract will be managed by a sole service provider.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 applicable to this procurement

three.1.2) Economic and financial standing

List and brief description of selection criteria

To support the financial assessment, the University will obtain a Business Risk Report for all tenderers and every organisation that is being relied on to meet this procurement, using an independent company called Creditsafe.

The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk.

Score is: "Moderate Risk"; "High Risk"; "Very High Risk"; or "Not Rated", based on the rating provided by Creditsafe.

Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set.

Minimum level(s) of standards possibly required

Potential suppliers/Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels:

Public Liability: £5 million GBP per occurrence.

Product Liability: £10 million GBP per occurrence.

Employers (Compulsory) Liability: £10 million GBP per occurrence.

Professional Indemnity Insurance: £2 million GBP per occurrence.

three.1.3) Technical and professional ability

List and brief description of selection criteria

The criteria is as stated in the ITT document set. However, potential suppliers' attention is drawn to the MANDATORY requirements of the selection criteria (File 2) 2021UoS-0423 - Selection Stage Guidance and Instructions.:

3.1 Mandatory Requirements

1 Full Spectrum Analysis

Full Spectrum Capture from UV to Far Red. Small Particle Detection Autofluorescence Extraction

2 Full Spectrum Sorting Capability Automated drop delay, sort monitoring and clog detection. Predefined and customisable sort modes. Minimum 4 way sorting into tubes. Sort collection into 1.5ml tubes, 5ml tubes, multi-well plates. Temperature control of sort collection devices (4-37oC). Index sorting.

3 Number of Lasers

5 Lasers: UltraViolet/Violet/Blue/Yellow-Green/Red

4 Number of Detectors

Minimum of 53 detectors

5 Sample Loading 5ml tubes, 15ml tubes. Temperature control of Sample input chamber and sample mixing option.

6 BioSafety

Built in primary aerosol containment

7 Nozzles

70um, 100um

8 Workstation

Computer, monitor, keyboard, mouse

9 Warranty

12-month warranty

10 Acquisition Software Features

Acquisition Software on instrument workstation plus 1 additional copy

11 Instrument/Experimental Support Support with troubleshooting instrument issues. Support with panel design. Support with data analysis/ issues.

12 On-site training

On-site training is required for four to six people (see section 3.4 for more information)

13 Analysis Software License

1-year site licence for at least 25 users of FCS Express/FlowJo or equivalent analysis software, which allows high dimensional data analysis.

14 Obsolescence Replacement

Parts must be available for a minimum of 5 years

15 Delivery Time

The lead time on supplying the equipment (from receipt of a valid purchase order) must be no more than 12 weeks. The item must be delivered and commissioned by 1st July 2022

16 Budget

The TOTAL budget for this requirement, which must include all mandatory elements featured in (File 4) 2021UoS-0423 Specification is £400,000 (Ex.VAT).

Any submissions that exceed this amount will be assessed as a FAIL under Mandatory Pass/Fail requirements. The University shall not review or score any submissions that receive a FAIL.


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: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 March 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

4 March 2022

Local time

12:01pm

Place

University of Southampton

Highfield Campus

University Road

Southampton

SO17 1BJ

Information about authorised persons and opening procedure

Michael Goff

University of Southampton


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/(https://intendhost.co.uk/).universityofsouthampton) to manage this procurement and to communicate with potential suppliers and/or tenderers (as appropriate).

All documentation in relation to this tender can be downloaded from In-Tend. Potential suppliers/tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Selection Stage and/or Invitation to Tender responses will be conducted via In-Tend.

Regular monitoring of the portal is the responsibility of the potential supplier/tenderer. If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement

documentation.

Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project

and access all documentation by clicking 'Express Interest'.

Potential suppliers/tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via InTend.

Further instructions for the submission of responses are below:

To submit your return:

1. Log in

2. Click 'Tenders'

3. Locate the relevant project

4. View details

5. Click on the tab relating to the relevant project stage

(e.g. 'Invitation to Tender')

6. Click on the 'Attach Documents' button and upload your return.

7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return.

8. Click the red 'Submit Return' button.

Please note, to preserve the integrity of the

procurement, all communications with the University must be made via the correspondence function within

In-Tend.

Publication of Award Details: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015 And subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), and/or relevant legislation as per the Agreement on the withdrawal of the United Kingdom of Great Britain and Northern Ireland from the European Union.

The University intends to publish the value of any resulting contract at the award stage, and reserves the right to do so. By submitting a response, potential suppliers/tenderers are consenting to publication of this information unless otherwise agreed in advance with the University.

Costs and Expenses: Potential suppliers/tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by potential suppliers/tenderers or any of their supply

chain, partners or advisers in this procurement process.

The University is not liable for any costs in the event of the cancellation of this procurement process.

six.4) Procedures for review

six.4.1) Review body

University of Southampton

University Road

Southampton

SO17 1BJ

Email

procurement@soton.ac.uk

Telephone

+44 2380593500

Country

United Kingdom