By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

To supply an automated molecular testing system including consumables for the detection of Chlamydia trachomatis and Neisseria gonorrhoae.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The Mid Yorkshire Hospitals NHS Trust
Supplies Department, Stanley Hall Annexe Aberford Road
Contact point(s): Commercial Enquiries
For the attention of: Hugh McDermott
WF1 4AL Wakefield
UNITED KINGDOM
Telephone: +44 1924543200
E-mail:
Fax: +44 1924543201

Internet address(es):

General address of the contracting authority: www.midyorks.nhs.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
To supply an automated molecular testing system including consumables for the detection of Chlamydia trachomatis and Neisseria gonorrhoae.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Main site or location of works, place of delivery or of performance: Wakefield.

NUTS code UKE43

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The contractor will be responsible for the provision of all necessary equipment, reagents, consumables, maintenance and training as a laboratory managed service for an automated molecular testing system for the detection of Chlamydia trachomatis and Neisseria gonorrhoae. This will also include all related interfaces, software and upgrades.
It is expected that other Microbiology and Cellular pathology services will be incorporated into this managed service (See VI.3 additional information) during the contract period but this will not include HIV, Hepatitis A, B & C, Syphilis and Rubella screening serology.
Suppliers interested in providing a managed service solution for this molecular detection system must also be capable of providing a complete service for Microbiology and Cellular pathology or be willing to work with, and fully manage any third party suppliers.
The contract will be for a period of 5 years with an option for the Trust to extend for a further 5 years.
II.1.6)Common procurement vocabulary (CPV)

33696500, 33698000, 38000000, 38434000, 38912000, 50421000, 51400000, 71900000, 85111800, 85111820, 85148000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Provision of a laboratory managed service for Microbiology and Cellular pathology to initially include an automated molecular system for the detection of Chlamydia trachomatis and Neisseria gonorrhoae.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details will be provided in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
A consortium bid is acceptable but the contracting authority reserves the right to require any contract to be entered into with a single legal entity (whether a lead contractor or a special purpose vehicle).
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: (1) Please describe whether any matters referred to in regulation 23(1) (being grounds for mandatory exclusion) apply to the bidder, and in the case of a consortium bidder, to any of its constituent members, or to any of its or their directors or to any other person who has powers of representation, decision or control of the bidder or, in the case of a consortium bidder, any of its constituent members.
A bidder will be excluded if any such grounds apply.
(2) Please describe whether any matters referred to in regulation 23(4) (being grounds for discretionary exclusion) apply to the bidder, and in the case of a consortium bidder, to any of its constituent members.
A bidder will be excluded if any such grounds apply.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The system must be capable of high throughput be automated and preferably a single module capable of handling in excess of 40 000 Chlamydia trachomatis and 20 000 Neisseria gonorrhoae tests per annum operating over an 8 hour period 5 days per week.
Bidders must currently be supplying the system to at least 5 NHS laboratories which undertake a similar workload to the Mid Yorkshire Hospitals NHS Trust or will be excluded.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 24.1.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.2.2012 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
A full service specification and requirements will be provided in the tender documentation.
During the contract period and in some cases during the first 12 months the Trust will be reviewing other Microbiology and Cellular pathology services with a view to expanding the managed service contract to include other systems and may include the following examples:
Blood cultures, Microbiology culture media, Liquid based Cytology, Her2 testing, HPV testing, Microbiology identification, Susceptibility testing and any new Microbiology or Cellular pathology tests that may become available.
The Trust will not be including HIV, Hepatitis A, B & C, Syphilis and Rubella screening serology services in this managed service contract.
In the future the Trust anticipates (but does not guarantee) including replacements of such current arrangements under the terms of the Pathology Managed Laboratory Services contract.
Potential bidders must apply in writing to the contact point at I.1) to receive the tender documentation.

The Mid Yorkshire Hospitals NHS Trust requires all interested parties to complete registration of their organisation on sid4health at www.sid4health.nhs.uk and submit their organisation profile for publication on the system.

Organisations already registered on sid4health must ensure that their information is up to date by using edit and confirming the most recent details of their entry on the database.
Potential bidders wishing to be considered for this contract must provide such additional procurement-specific information as is required in the tender documentation.
The contracting authority does not bind itself to accept the lowest or any offer.
The contracting authority is not responsible for any costs incurred by bidders in relation to their participation in this process.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the decision to award the contract is communicated to tenderers in accordance with Regulation 32 of the Public Contract Regulations 2006. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 9 of the Public Contracts Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
20.12.2011