Section one: Contracting authority
one.1) Name and addresses
Defra Network eTendering Portal
17 Nobel House
London
SW1P 3JR
Telephone
+44 2072385921
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://defra.bravosolution.co.uk
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://defra.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://defra.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned 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
https://defra.bravosolution.co.uk
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of Flow Cytometer(s)
Reference number
35664
two.1.2) Main CPV code
- 38434510 - Cytometers
two.1.3) Type of contract
Supplies
two.1.4) Short description
Defra, on behalf of the Animal and Plant Health Agency (APHA), has a requirement for the supply of one (1) Flow Cytometer. APHA Virology Department currently requires one Flow Cytometer for use in containment laboratories, mainly to be used for Immunophenotyping of cells.
The Authority also requires the option to include post-warranty servicing and maintenance options and an option to purchase up to an additional two (2) Flow Cytometers at a later date if required. The Authority also reserves the right to include, in the scope of these requirements, the possibility of future upgrade options to the Equipment at a later date if required.
The full specification is available with the tender documents from https://defra.bravosolution.co.uk
two.1.5) Estimated total value
Value excluding VAT: £585,500
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Delivery to APHA Weybridge
two.2.4) Description of the procurement
The APHA has a requirement for one (1) Flow Cytometer (the “Equipment”) to be used, primarily by the Virology department, in containment laboratories. The Equipment may also be used by other departments.
This requirement is for the purchase, installation and commissioning of one (1) Flow Cytometer, including appropriate training of APHA staff.
APHA would also like to consider future requirements for Flow Cytometry and this Specification includes options for future-proofing the Equipment beyond five (5) years. APHA reserves the right to include optional upgrades of the Equipment at a future date as part of the Contract.
APHA reserves the right to include servicing of the Equipment as an optional extension.
APHA also reserves the right to purchase up to two (2) additional Flow Cytometers, either separately or together. If APHA utilises this option, the expectation is that a purchase order shall be raised for the first additional Flow Cytometer within three (3) months of the initial contract term ending, for clarity, this is expected to 30th April 2024.
The main application for the Equipment will be phenotyping of immune cells, but also smaller particles up to and including viruses.
The Equipment may be operated by APHA with fourteen (14) fluorochrome channels presently and potentially more in the future depending on APHA’s requirements.
The full specification is available with the tender documents https://defra.bravosolution.co.uk
(ref 35664)
All organisations who submit a tender will also be invited to carry out a demonstration of their proposed Equipment on site at APHA Weybridge. Dates will be confirmed after the closing date for written responses but are expected to be during week commencing 5th September 2022.
Please refer to the tender documents for details on the above.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £585,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 January 2023
End date
30 January 2026
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.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The tender documents are available from https://defra.bravosolution.co.uk
ref 35664
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
Please refer to the requirements in the tender document
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the tender documents
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-008255
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 August 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 August 2022
Local time
12:00pm
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
six.3) Additional information
Please note that Defra procurement uses an E-tendering system for Procurement activities. This is currently provided by Bravo Solutions. To access appropriate tendering and contractual documents, once they are available, please access the E-Tendering portal at https://defra.bravosolution.co.uk";, ensuring that your registration includes "Defra". If you have any problems with this system, please contact Bravo on their telephone helpline number 0800 368 4850 or by emailing them at help@bravosolution.co.uk.
six.4) Procedures for review
six.4.1) Review body
Defra
Nobel House, 17 Smith Square
London
SW1P 3JR
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice
London
WCA 2LL
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Defra Group Commercial
Nobel House, 17 Smith Square
London
SW1P 3JR
Country
United Kingdom