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

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 ...

Contract award 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
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

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
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
Purchase
Main site or location of works, place of delivery or of performance: Trust wide.

NUTS code UKE43

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)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 gonorrhoea. 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.1.5)Common procurement vocabulary (CPV)

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

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. Technical specification. Weighting 25
2. Analytical performance. Weighting 25
3. IT and data handling. Weighting 10
4. Staff time to perform all procedures. Weighting 10
5. Delivery, installation, maintenance, support and training. Weighting 10
6. Changes in workload and future developments. Weighting 20
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
HM/MY/CT5112
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2011/S 247-401374 of 23.12.2011

Section V: Award of contract

V.1)Date of contract award decision:
19.9.2012
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Genmed.me Ltd
Suite 2.05 - 2.24 Capital Place 120 Bath Road Hayes
UB3 5AN Harlington
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
21.9.2012