Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF BIRMINGHAM
Chancellors Court,Edgbaston
BIRMINGHAM
B152TT
Contact
Thomas Hasson
Country
United Kingdom
NUTS code
UKG - West Midlands (England)
Internet address(es)
Main address
https://www.birmingham.ac.uk/index.aspx
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofbirmingham/aspx/Home
Additional information can be obtained from the above-mentioned address
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
TENDER FOR THE PROVISION OF FLOW CYTOMETRY INSTRUMENTATION AND REAGENTS FOR THE HAEMATO-ONCOLOGY DIAGNOSTIC SERVICE (IMMUNOPHENOTYPING LABORATORY)
Reference number
FRAM509/21
two.1.2) Main CPV code
- 38434510 - Cytometers
two.1.3) Type of contract
Supplies
two.1.4) Short description
The main objective of this Tender is to enable the acquisition of at least two state-of-the-art clinical flow cytometers which will take on the next 5-10 year cycle of clinical diagnostic immuno-phenotyping work carried out in the Clinical Immunology Service. We also require modern pre-analytical sample processing systems to enable greater automation and sample throughput, in turn augmenting assay standardisation and reproducibility.
Responding suppliers must respond to the listed specification points covering all aspects such as instrumentation, software/hardware, reagents, maintenance, training and service contract options (see Tender spec document and Appendix 2 CIS Flow panels document).
Costs must be shown in Pricing Schedules under the different 5+2 contract term options available. The supplier responses will then be assessed for each set of criteria.
The University of Birmingham would also require a demo/trial run of instrumentation supplied by the leading contender(s) as a final hands-on assessment
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33141000 - Disposable non-chemical medical consumables and haematological consumables
- 33693000 - Other therapeutic products
- 33696500 - Laboratory reagents
- 33790000 - Laboratory, hygienic or pharmaceutical glassware
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
Additional CPV Codes: 33793000, 38437000, 33696000, 33000000, 33100000
The University of Birmingham invites tenders for the provision of flow cytometry instrumentation and reagents for the Haemato-Oncology Diagnostic Service (Immunophenotyping laboratory).
Clinical flow cytometry is performed in the Clinical Immunology Service. The haemato-oncology immunophenotyping laboratory offers a specialist referral service for Adult and Paediatric patients.
The tender:
The tender response must be structured to allow easy reference to the numbered points in this document. Responses are required to all points or an explanation given for its absence.
At least two separate flow cytometry systems are required, sited in the Haemato-Oncology immuno phenotyping laboratory. Pre analytical automation should be included in the tender process with costs for available configurations clearly stated. Cost per tube for pre analytical processing must be stated
• Costs must be shown in the Pricing Schedule for the following options;
1. Scenario 1: Purchase via Antibody (Ab) Reagent rental (5 years and option for 7 years)
2. Scenario 2: Lease agreement of instrument with Ab reagent rental (5 + 2 years)
3. Scenario 3: Outright instrument purchase and Ab Reagent rental (5 + 2 years)
4. Scenario 4: Outright instrument purchase only
• The supplier should assume an annual workload increase of 10% over the lifetime of the contract and must confirm that the system tendered will accommodate such an increase
• The Pricing Schedule must include costs for all recommended internal QC analyses and associated multilevel Q.C. reagents for internal QC and calibrations.
• The Pricing Schedule must include the cost for interfacing either directly or through middleware to the HIS network (DXC Telepath)
• The Pricing Schedule must assume that rate of inflation price increases are linked to HSPI.
• The Pricing Schedule must include options for cost per reportable result (CPRR).
• Any minor laboratory alteration required to install the equipment must also be included and stated.
• The life expectancy for all equipment must be stated. Where new equipment becomes available within the contract period that may have a positive impact on sample analysis, or workflow; this must be made available.
• Service must be included based on a 24 hour maximum down time. Suppliers must state the maximum time between the order being placed and having the equipment ready for verification and validation
• A catalogue of all consumable reagents must be made available for upload to the University's procurement system (Currently Proactis/Science Warehouse)
• Software for tracking reagent inventory etc. should be made available.
Scope:
Haemato-Oncology Diagnostic Service
The Haemato-Oncology Diagnostic Service (HODS) is a regional specialist integrated diagnostic and follow-up service for Haematological neoplasms. Currently the unit serves a population of approx. 1.8million, however through a recent tendering process this population base is likely to increase to approx. 3.5million or more. The HODS tender should be based on the current workload (figures provided) which is based on the lower population (1.8million). However, provision for a significant increase in workload should be taken into account and included within the response where appropriate.
The following specification applies to the flow cytometers to be located in the Haemato-Oncology / Immunophenotyping service.
• Solutions for refining the whole workflow process through pre-analytical, analytical, post analytical phases are sought
• Where multiples of hardware/software are included they must be of identical specification to allow seamless cross platform use.
• Provision for equipment 'refresh' and staff training (where appropriate), must be included when new releases of hardware/software become available.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
Existing contract term may be extended for a further 24 months upon review by the University of Birmingham.
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 August 2021
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
10 August 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
University of Birmingham
Birmingham
B15 2TT
Country
United Kingdom