Contract

TENDER FOR THE PROVISION OF FLOW CYTOMETRY INSTRUMENTATION AND REAGENTS FOR THE HAEMATO-ONCOLOGY DIAGNOSTIC SERVICE (IMMUNOPHENOTYPING LABORATORY)

  • UNIVERSITY OF BIRMINGHAM

F03: Contract award notice

Notice identifier: 2021/S 000-025738

Procurement identifier (OCID): ocds-h6vhtk-02c804

Published 14 October 2021, 3:31pm



Section one: Contracting authority

one.1) Name and addresses

UNIVERSITY OF BIRMINGHAM

Chancellors Close

BIRMINGHAM

B152TT

Contact

Susanna Ting

Email

S.Y.Ting@bham.ac.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

https://www.birmingham.ac.uk

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
  • UKG3 - West Midlands

two.2.4) Description of the procurement

• 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

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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-016530


Section five. Award of contract

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

University of Birmingham

Birmingham

B15 2TT

Country

United Kingdom