Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

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

  • First published: 15 October 2021
  • Last modified: 15 October 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
University of Birmingham
Authority ID:
AA20042
Publication date:
15 October 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

• 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.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

UNIVERSITY OF BIRMINGHAM

Chancellors Close

BIRMINGHAM

B152TT

UK

Contact person: Susanna Ting

E-mail: S.Y.Ting@bham.ac.uk

NUTS: UKG31

Internet address(es)

Main address: https://www.birmingham.ac.uk

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.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

II.1.2) Main CPV code

38434510

 

II.1.3) Type of contract

Supplies

II.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

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

33141000

33693000

33696500

33790000

II.2.3) Place of performance

NUTS code:

UKG3

II.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.

II.2.5) Award criteria

Price

II.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.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2021/S 000-016530

Section V: Award of contract

A contract/lot is awarded: No

V.1 Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)

Section VI: Complementary information

VI.4) Procedures for review

VI.4.1) Review body

University of Birmingham

Birmingham

B15 2TT

UK

VI.5) Date of dispatch of this notice

14/10/2021

Coding

Commodity categories

ID Title Parent category
38434510 Cytometers Analysers
33141000 Disposable non-chemical medical consumables and haematological consumables Medical consumables
33696500 Laboratory reagents Reagents and contrast media
33790000 Laboratory, hygienic or pharmaceutical glassware Personal care products
33693000 Other therapeutic products Various medicinal products

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
S.Y.Ting@bham.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.