{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02f169-2021-10-28T22:45:07+01:00",
    "date": "2021-10-28T22:45:07+01:00",
    "ocid": "ocds-h6vhtk-02f169",
    "description": "Negotiated Procedure without Prior Publication for Technical Reasons under PCR, Regulation 32(5)(b) The reasons are as follows: Redundancy DSTL currently utilises a CyTek Aurora, which is a high specialised piece of equipment that works well. However when experiments are designed for this equipment and it breaks/malfunctions DSTL has no other system as capable to run those samples until the system is fixed. If that takes longer than expected then DSTL's experimental samples may be ruined and not viable. Having a second system would mean DSTL can take those samples and run them on that system instead and therefore not lose the experimental data associated with that experiment. If DSTL were to purchase a different cytometer then it would not be possible to directly run the samples on this as 1. It may require a different setup 2. DSTL may not have the same technical specification to run those samples 3. DSTL may need to generate further controls for the experiment due to the different technical setups of the instruments (which may not be possible). Therefore having an identical machine from the same manufacturer is necessary for full redundancy of the capability. Scientific Rigour Machines from two different manufacturers are fundamentally not the same, they utilise different components and use different types of parts, detectors etc. This means that if DSTL starts an experiment on one system and it breaks then DSTL has a different system to run those samples on DSTL we cannot guarantee the data generated will be the same (assuming DSTL can run them on a different machine see redundancy comments). Having identical systems also means DSTL can run parallel studies with both machines and have data that will all be comparable as the system are the same spec work in the same way, utilise the same parts etc.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02f169",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "240000",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "38434510",
            "description": "Cytometers"
        },
        "mainProcurementCategory": "goods",
        "description": "Supply of Cytek Aurora Cytometer",
        "lots": [
            {
                "id": "1",
                "description": "Supply and Set-up of Cytek Aurora Cytometer",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Affordable and meets technical requirements",
                            "type": "cost",
                            "description": "100"
                        }
                    ]
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Porton Down, SALISBURY"
                },
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "limited",
        "procurementMethodDetails": "Negotiated without publication of a contract notice",
        "procurementMethodRationaleClassifications": [
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_PROC_OPEN",
                "description": "No tenders or no suitable tenders/requests to participate in response to open procedure"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_MANUF_FOR_RESEARCH",
                "description": "The products involved are manufactured purely for the purpose of research, experiment, study or development under the conditions stated in the directive"
            },
            {
                "scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
                "id": "D_TECHNICAL",
                "description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
            }
        ],
        "procurementMethodRationale": "Redundancy DSTL currently utilises a CyTek Aurora, which is a high specialised piece of equipment that works well. However when experiments are designed for this equipment and it breaks/malfunctions DSTL has no other system as capable to run those samples until the system is fixed. If that takes longer than expected then DSTL's experimental samples may be ruined and not viable. Having a second system would mean DSTL can take those samples and run them on that system instead and therefore not lose the experimental data associated with that experiment. If DSTL were to purchase a different cytometer then it would not be possible to directly run the samples on this as 1. It may require a different setup 2. DSTL may not have the same technical specification to run those samples 3. DSTL may need to generate further controls for the experiment due to the different technical setups of the instruments (which may not be possible). Therefore having an identical machine from the same manufacturer is necessary for full redundancy of the capability. Scientific Rigour Machines from two different manufacturers are fundamentally not the same, they utilise different components and use different types of parts, detectors etc. This means that if DSTL starts an experiment on one system and it breaks then DSTL has a different system to run those samples on DSTL we cannot guarantee the data generated will be the same (assuming DSTL can run them on a different machine see redundancy comments). Having identical systems also means DSTL can run parallel studies with both machines and have data that will all be comparable as the system are the same spec work in the same way, utilise the same parts etc."
    },
    "awards": [
        {
            "id": "027132-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-33092",
                    "name": "FlowCEL Cytometric Engineering Ltd"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-33091",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "DSTL Porton Down",
                "locality": "SALISBURY",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "ivhill@dstl.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.centralenquiries@dstl.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-33092",
            "name": "FlowCEL Cytometric Engineering Ltd",
            "identifier": {
                "legalName": "FlowCEL Cytometric Engineering Ltd"
            },
            "address": {
                "locality": "WITCHFORD",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-33093",
            "name": "Defence Science and Technology Laboratory",
            "identifier": {
                "legalName": "Defence Science and Technology Laboratory"
            },
            "address": {
                "locality": "SALISBURY",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-33091",
        "name": "Ministry of Defence"
    },
    "contracts": [
        {
            "id": "027132-2021-1",
            "awardID": "027132-2021-1",
            "status": "active",
            "dateSigned": "2021-10-28T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 240000,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 240000,
                "currency": "GBP"
            }
        ]
    },
    "language": "en"
}