Section one: Contracting authority
one.1) Name and addresses
UK Research & Innovation
Polaris House
Swindon
SN2 1FL
Contact
Procurement Manager - MRC LMB
Telephone
+44 7593602434
Country
United Kingdom
Region code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Cytometers./TB67EP83TB
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Cytometers./TB67EP83TB
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
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UKRI-2399 High Specification Flow Cytometer Cell Sorter (minimum 6 lasers)
two.1.2) Main CPV code
- 38434510 - Cytometers
two.1.3) Type of contract
Supplies
two.1.4) Short description
The LMB Flow Cytometry Unit wish to purchase a high specification, high throughput flow cytometer cell sorter with a minimum of 6 spatially separated lasers and a minimum of 30 fluorescence channels that is housed under a certified Class II biocontainment hood. The flow cytometer cell sorter should provide increased resolution and flexibility to sort a wide range of particles, bacteria and cell types (both primary and cultured) in various formats including 4 way or 6-way sorting, and in 96 and 384 well formats.
The goal is to provide a communal cell sorter to support research in areas of artificial biology requiring chromosome sorting for the rewriting of the human genome. Customizable options in nozzle size and pressure settings will allow purification of sensitive cell types such as neurons and single-cell organoid suspensions, facilitating downstream functional experimentation.
two.1.5) Estimated total value
Value excluding VAT: £608,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
Main site or place of performance
Cambridgeshire CC
two.2.4) Description of the procurement
The LMB Flow Cytometry Unit intend to purchase and install a high specification flow cytometer cell sorter, equipped with a high throughput plate sorting option, housed under a certified Class II microbiological safety hood and operating a minimum of 6 different wavelength spatially separated lasers in order to perform purification and fractionation of various cell types and particles utilising a broad range of fluorescent markers.
Objectives
1.The cell sorter should be equipped with 6 high-powered, spatially separated lasers with the following excitation wavelengths and powers; 349-355nm (100mW), 405nm (100mW), 445nm (100mW), 488nm (100mW), 561nm (100mW), 637-640nm (100mW).
2.The cell sorter should be housed under a certified Class II biocontainment system.
3.The cell sorter should be outfitted with a fluorescence unmixing and/or compensation algorithm to separate and correct for spectral overlap of individual signatures of highly overlapping fluorochromes or fluorescent proteins.
4.The cell sorter should be capable of achieving a signal processing rate of 70,000 events per second (eps) for analysis and the ability to sort particles at high purity (≥99%) at flow rates ≥20,000 particles per second.
5.The cell sorter should be able to detect and distinguish small particles from noise using the side scatter detector (SSC) as low as 200nm.
6.The cell sorter should be outfitted with a high-throughput plate option, capable of sorting single cells/particles in a wide range of plate formats including customized, 6, 12, 24, 96, and 384 well.
7.The cell sorter should be upgradable to include additional lasers such as 375nm, 532nm, 594nm, 795-808nm.
8.The cell sorter should come equipped with a temperature control option for both the sample input and collection device from 4-42oC.
Maintenance contract (parts and labour) should be detailed in years 3, 4 and 5 after successful installation following expiry of the requested 2-year warranty period.
two.2.5) Award criteria
Quality criterion - Name: Conformance to the specification / Weighting: 55
Quality criterion - Name: Social Value Model / Weighting: 10
Quality criterion - Name: Warranty / Weighting: 5
Quality criterion - Name: Seventh Laser offering / Weighting: 10
Cost criterion - Name: Price / Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £603,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
23 January 2023
End date
23 January 2024
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
To respond to this opportunity please click here: https://ukri.delta-esourcing.com/respond/TB67EP83TB
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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
16 December 2022
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
16 December 2022
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Cytometers./TB67EP83TB
To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/TB67EP83TB
GO Reference: GO-20221116-PRO-21466229
six.4) Procedures for review
six.4.1) Review body
UK Research and Innovation
Polaris House
Swindon
SN2 1FL
Telephone
+44 7593602434
Country
United Kingdom