Notice Information
Notice Title
Full Spectrum Flow Cytometer
Notice Description
The University seeks to appoint a supplier to meet our need for a Flow Cytometer that can provide a step change in the number of parameters analysed in a single sample, provide auto-fluorescence extraction, unmix combinations of fluorochromes not distinguishable with conventional flow cytometers, together with the ability to sort these multi-parameter populations for further downstream analysis.
Lot Information
Lot 1
The University proposes to enter into a Contract for one year - this will be the maximum contract period, with the successful tenderer. This will comprise of an initial contract period of one year for the provision of the equipment including a one year warranty with an option to extend by up to a further five years for extended support and maintenance (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 one year will run from the date of delivery of the equipment with extensions if so agreed by the University, running from the expiry of the initial contract period. Contract Value: The estimated value of the initial one year contract period is within the range of PS370,000 to PS400,000, excluding VAT. This value includes all related components, services and maintenance for the initial contract period. The total estimated value of this contract is PS400,000, this value takes into account the estimated value of extending the service and maintenance contract up to an additional five years. Additional information: This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract. Due to the nature of the contract and the service requirements involved, all elements of the contract will be managed by a sole service provider.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0310f7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/002653-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
38434510 - Cytometers
38434520 - Blood analysers
38434540 - Biomedical equipment
38434550 - Blood-cell counters
38434560 - Chemistry analyser
Notice Value(s)
- Tender Value
- £400,000 £100K-£500K
- Lots Value
- £400,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 31 Jan 20224 years ago
- Submission Deadline
- 4 Mar 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 3 Apr 2022 - 3 Apr 2027 Over 5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF SOUTHAMPTON
- Contact Name
- Michael Goff
- Contact Email
- procurement@soton.ac.uk
- Contact Phone
- +44 2380592654
Buyer Location
- Locality
- SOUTHAMPTON
- Postcode
- SO17 1BJ
- Post Town
- Southampton
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ32 Southampton
- Delivery Location
- TLJ32 Southampton
-
- Local Authority
- Southampton
- Electoral Ward
- Portswood
- Westminster Constituency
- Southampton Test
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-0310f7-2022-01-31T11:02:18Z",
"date": "2022-01-31T11:02:18Z",
"ocid": "ocds-h6vhtk-0310f7",
"description": "E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/(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 InTend. 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: In accordance with Regulation 50, paragraph (2) of the Public Contracts Regulations 2015 And subject to Article 5 and Annex 5, Part D (13) of Directive 2014/24/EU of the European Parliament and of the Council (if applicable), and/or relevant legislation as per the Agreement on the withdrawal of the United Kingdom of Great Britain and Northern Ireland from the European Union. 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.",
"initiationType": "tender",
"tender": {
"id": "2021UoS-0423",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Full Spectrum Flow Cytometer",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "38434510",
"description": "Cytometers"
},
"mainProcurementCategory": "goods",
"description": "The University seeks to appoint a supplier to meet our need for a Flow Cytometer that can provide a step change in the number of parameters analysed in a single sample, provide auto-fluorescence extraction, unmix combinations of fluorochromes not distinguishable with conventional flow cytometers, together with the ability to sort these multi-parameter populations for further downstream analysis.",
"value": {
"amount": 400000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The University proposes to enter into a Contract for one year - this will be the maximum contract period, with the successful tenderer. This will comprise of an initial contract period of one year for the provision of the equipment including a one year warranty with an option to extend by up to a further five years for extended support and maintenance (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 one year will run from the date of delivery of the equipment with extensions if so agreed by the University, running from the expiry of the initial contract period. Contract Value: The estimated value of the initial one year contract period is within the range of PS370,000 to PS400,000, excluding VAT. This value includes all related components, services and maintenance for the initial contract period. The total estimated value of this contract is PS400,000, this value takes into account the estimated value of extending the service and maintenance contract up to an additional five years. Additional information: This contract is NOT suitable for splitting into lots. The risk of dividing the requirement into Lots would render the execution of the contract excessively technically difficult, not cost effective and would undermine proper execution of the contract. Due to the nature of the contract and the service requirements involved, all elements of the contract will be managed by a sole service provider.",
"awardCriteria": {
"criteria": [
{
"name": "Adherence to Budget",
"type": "quality",
"description": "Pass/Fail"
},
{
"name": "Delivery Against UoS Requirements",
"type": "quality",
"description": "10%"
},
{
"name": "Warranty, Maintenance, Servicing and Repair",
"type": "quality",
"description": "10%"
},
{
"name": "Training and After Sales Application support",
"type": "quality",
"description": "10%"
},
{
"name": "Table A - Mandatory Requirements",
"type": "cost",
"description": "60%"
},
{
"name": "Table B - Desirable Requirements",
"type": "cost",
"description": "10%"
}
]
},
"value": {
"amount": 400000,
"currency": "GBP"
},
"contractPeriod": {
"startDate": "2022-04-04T00:00:00+01:00",
"endDate": "2027-04-03T23:59:59+01:00"
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38434510",
"description": "Cytometers"
},
{
"scheme": "CPV",
"id": "38434520",
"description": "Blood analysers"
},
{
"scheme": "CPV",
"id": "38434540",
"description": "Biomedical equipment"
},
{
"scheme": "CPV",
"id": "38434550",
"description": "Blood-cell counters"
},
{
"scheme": "CPV",
"id": "38434560",
"description": "Chemistry analyser"
}
],
"deliveryAddresses": [
{
"region": "UKJ32"
}
],
"deliveryLocation": {
"description": "The Faculty of Medicine Core Flow Cytometry Facilty, Clinical and Experimental Sciences, LF61, Level F South Academic Block, Southampton General Hospital, Tremona Road, Southampton, UK, SO16 6YD"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not applicable to this procurement",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "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": "Potential suppliers/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: Public Liability: PS5 million GBP per occurrence. Product Liability: PS10 million GBP per occurrence. Employers (Compulsory) Liability: PS10 million GBP per occurrence. Professional Indemnity Insurance: PS2 million GBP per occurrence.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "The criteria is as stated in the ITT document set. However, potential suppliers' attention is drawn to the MANDATORY requirements of the selection criteria (File 2) 2021UoS-0423 - Selection Stage Guidance and Instructions.: 3.1 Mandatory Requirements 1 Full Spectrum Analysis Full Spectrum Capture from UV to Far Red. Small Particle Detection Autofluorescence Extraction 2 Full Spectrum Sorting Capability Automated drop delay, sort monitoring and clog detection. Predefined and customisable sort modes. Minimum 4 way sorting into tubes. Sort collection into 1.5ml tubes, 5ml tubes, multi-well plates. Temperature control of sort collection devices (4-37oC). Index sorting. 3 Number of Lasers 5 Lasers: UltraViolet/Violet/Blue/Yellow-Green/Red 4 Number of Detectors Minimum of 53 detectors 5 Sample Loading 5ml tubes, 15ml tubes. Temperature control of Sample input chamber and sample mixing option. 6 BioSafety Built in primary aerosol containment 7 Nozzles 70um, 100um 8 Workstation Computer, monitor, keyboard, mouse 9 Warranty 12-month warranty 10 Acquisition Software Features Acquisition Software on instrument workstation plus 1 additional copy 11 Instrument/Experimental Support Support with troubleshooting instrument issues. Support with panel design. Support with data analysis/ issues. 12 On-site training On-site training is required for four to six people (see section 3.4 for more information) 13 Analysis Software License 1-year site licence for at least 25 users of FCS Express/FlowJo or equivalent analysis software, which allows high dimensional data analysis. 14 Obsolescence Replacement Parts must be available for a minimum of 5 years 15 Delivery Time The lead time on supplying the equipment (from receipt of a valid purchase order) must be no more than 12 weeks. The item must be delivered and commissioned by 1st July 2022 16 Budget The TOTAL budget for this requirement, which must include all mandatory elements featured in (File 4) 2021UoS-0423 Specification is PS400,000 (Ex.VAT). Any submissions that exceed this amount will be assessed as a FAIL under Mandatory Pass/Fail requirements. The University shall not review or score any submissions that receive a FAIL.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2022-03-04T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2022-03-04T12:01:00Z"
},
"bidOpening": {
"date": "2022-03-04T12:01:00Z",
"address": {
"streetAddress": "University of Southampton Highfield Campus University Road Southampton SO17 1BJ"
},
"description": "Michael Goff University of Southampton"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-31736",
"name": "UNIVERSITY OF SOUTHAMPTON",
"identifier": {
"legalName": "UNIVERSITY OF SOUTHAMPTON"
},
"address": {
"streetAddress": "BUILDING 37, HIGHFIELD CAMPUS,UNIVERSITY ROAD",
"locality": "SOUTHAMPTON",
"region": "UKJ32",
"postalCode": "SO171BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Michael Goff",
"telephone": "+44 2380592654",
"email": "procurement@soton.ac.uk",
"url": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.southampton.ac.uk",
"buyerProfile": "https://in-tendhost.co.uk/universityofsouthampton",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-8641",
"name": "University of Southampton",
"identifier": {
"legalName": "University of Southampton"
},
"address": {
"streetAddress": "University Road",
"locality": "Southampton",
"postalCode": "SO17 1BJ",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2380593500",
"email": "procurement@soton.ac.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-31736",
"name": "UNIVERSITY OF SOUTHAMPTON"
},
"language": "en"
}