Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF SOUTHAMPTON
HIGHFIELD CAMPUS,UNIVERSITY ROAD
SOUTHAMPTON
SO171BJ
Contact
Danielle Stephenson
Telephone
+44 2380595000
Country
United Kingdom
Region code
UKJ32 - Southampton
UK Register of Learning Providers (UKPRN number)
10007158
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/universityofsouthampton/aspx/Home
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofsouthampton
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
one.4) Type of the contracting authority
Other type
Higher Education Institution not subject to PCR 2015 regulations
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Cell Sorter for Biological Sciences
Reference number
2024UoS-1337
two.1.2) Main CPV code
- 38500000 - Checking and testing apparatus
two.1.3) Type of contract
Supplies
two.1.4) Short description
Biological Sciences have a requirement for a cell sorter, an instrument with the capability to separate and sort a mixed population of biological cells into different fractions for analysis or ongoing growth in separate cultures.
Once sorted, cells must be kept sterile and uncontaminated, the cell sorter will have the capability of sorting populations into a multi-well plate format inside an integral biological safety cabinet.
This requirement includes training for University staff and ongoing technical and experimental support.
two.1.5) Estimated total value
Value excluding VAT: £745,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33197000 - Medical computer equipment
- 38431000 - Detection apparatus
- 38432000 - Analysis apparatus
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
Main site or place of performance
University of Southampton
University Road
Southampton
SO17 1BJ
two.2.4) Description of the procurement
This procurement builds on a pressing need for a system capable of spectral high-performance, multi-parameter fluorescence-activated cell/nucleus sorting that will serve a cross-disciplinary consortium of research groups in life sciences at the University of Southampton and external academic and industrial collaborators within the South of England, investigating the mechanisms underpinning human health and aging, and food and environmental sustainability. The system will integrate significant advancements in cell and nuclear sorting, allowing the highest power, performance, and flexibility, enabling researchers across diverse disciplines in biological and computational sciences and bioengineering, with the highest relevance to those interested in temporal and spatial changes in cell states within tissues and microbial and environmental systems and how this defines their heterogeneities, functional relationships, and interaction with their environment.
The advanced multi-parameter sorter will act as a hub that catalyses new cross-disciplinary collaborations between its diverse user base, from basic biology to bioengineering and biotechnology. This will be facilitated through established regional partnerships with the BBSRC National Biofilm and Innovation Centre (NBIC) and South Coast Biosciences Doctoral Partnership (SoCoBio DTP).
The University proposes to enter into a Contract for 39 months with the successful tenderer(s).
This will comprise of an initial contract period of 39 months for the provision of the cell sorter including a 12 month warranty with a 36 month support and maintenance (to run concurrently) 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 12 months will run from the date of acceptance of the equipment.
Contract Value: 745,000GBP
All related services, training and maintenance MUST be included within this proposal.
Details of current expenditure or potential future uptake are given as a guide based on past purchasing or current planning to assist you in the preparation of your Tender. They should not be interpreted as an undertaking to purchase any goods or services to any particular value and do not form part of the Contract.
Please note, the University of Southampton no longer meets the criteria of a 'body governed by public law' and is therefore not considered a contracting authority for the purposes of the Public Contracts Regulations 2015 and/or any replacement legislation. This procurement process is not regulated by UK (or EU) public procurement law.
Where the University of Southampton advertises contracts, through any public sector tender portal, it does so on a voluntary basis by way of transparency and to encourage open competition, but it is not required to comply with the procurement legislation. For the purpose of procuring the goods/services described, the University is acting in accordance with its internal financial regulations and the procedure detailed in the Invitation to Tender document set.
two.2.5) Award criteria
Quality criterion - Name: Hardware Requirement / Weighting: 2
Quality criterion - Name: Software Requirement / Weighting: 4
Quality criterion - Name: Automation / Weighting: 11
Quality criterion - Name: Detection and discrimination of specimens for ongoing sorting into multiple fractions / Weighting: 8
Quality criterion - Name: Experimental Flexibility / Weighting: 4
Quality criterion - Name: Output / Weighting: 8
Quality criterion - Name: Input / Weighting: 6
Quality criterion - Name: Acceptance / Weighting: 2
Quality criterion - Name: Warranty and Service Provision Requirements / Weighting: 5
Quality criterion - Name: Training and Delivery Requirements / Weighting: 5
Quality criterion - Name: Sustainability Requirements / Weighting: 5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £745,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
39
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
The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective.
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
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
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
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:
Employers (Compulsory) Liability: £5 million GBP per occurrence.
Public Liability: £10 million GBP per occurrence.
Product Liability: £10 million GBP per occurrence and in aggregate
Professional Indemnity Insurance: £2 million GBP per occurrence.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers attention is drawn to the MANDATORY requirements of the award criteria:
Grounds for mandatory exclusion
- Mandatory technical requirements M1 to M7
- Failure to meet the minimum requested score for Highly Desirable requirements H1 to H6
Grounds for discretionary exclusion
- Economic & Financial Standing
- Insurance
- Compliance with equality legislation
- Health & Safety
- Legal requirements
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
Originally published as:
Date
6 December 2024
Local time
12:00pm
Changed to:
Date
17 December 2024
Local time
12:00pm
See the change notice.
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
7 December 2024
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
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/ 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 In-Tend.
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: 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
Southampton
Country
United Kingdom