Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Dyfarnu Contract

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

  • Cyhoeddwyd gyntaf: 15 Hydref 2021
  • Wedi'i addasu ddiwethaf: 15 Hydref 2021

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
University of Birmingham
ID Awudurdod:
AA20042
Dyddiad cyhoeddi:
15 Hydref 2021
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

• 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.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

UNIVERSITY OF BIRMINGHAM

Chancellors Close

BIRMINGHAM

B152TT

UK

Person cyswllt: Susanna Ting

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

NUTS: UKG31

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.birmingham.ac.uk

I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Addysg

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

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

Cyfeirnod: FRAM509-21

II.1.2) Prif god CPV

38434510

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

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) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

33141000

33693000

33696500

33790000

II.2.3) Man cyflawni

Cod NUTS:

UKG3

II.2.4) Disgrifiad o’r caffaeliad

• 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) Meini prawf dyfarnu

Price

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Existing contract term may be extended for a further 24 months upon review by the University of Birmingham.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2021/S 000-016530

Section V: Dyfarnu contract

Dyfernir contract/lot: Na

V.1 Gwybodaeth am benderfyniad i beidio â dyfarnu

Ni ddyfernir y contract/lot

Rhesymau eraill (dirwyn y weithdrefn i ben)

Section VI: Gwybodaeth ategol

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

University of Birmingham

Birmingham

B15 2TT

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

14/10/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
33696500 Adweithyddion labordy Ymweithredyddion a chyfryngau cyferbyniad
33693000 Cynhyrchion therapiwtig eraill Cynhyrchion meddyginiaethol amrywiol
33141000 Defnyddiau traul anghemegol meddygol a defnyddiau traul haematolegol untro Defnyddiau traul meddygol
33790000 Llestri gwydr labordy, hylan neu fferyllol Cynhyrchion gofal personol
38434510 Sytomedrau Dadansoddyddion

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
S.Y.Ting@bham.ac.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.