Contract notice

Information

Published

Date of dispatch of this notice: 20/02/2019

Expire date: 03/04/2019

External Reference: 2019-543300

TED Reference: 2019/S 039-087615

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Bristol & Weston Purchasing Consortium on behalf of North Bristol NHS Trust
RVJ
Level 3 Whitefriars, Lewins Mead
South West Region
Bristol
UK
Contact person: BWPC Dawn Williams
Telephone: +44 1173420814
Internet address(es):
Main address: www.bwpc.nhs.uk
Address of the buyer profile: www.uk.eu-supply.com

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=26734&B=NHSSW
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Health

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Microarray Provision
Reference number:  BWPC ME905 RVJ
II.1.2)

Main CPV code

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

North Bristol NHS Trust is intending to purchase by way of seperate lots either a SNP Microarrays (capable of CNV detection and SNP genotyping) or equipment capable of large scale massively parallel (Next Generation) sequencing and scanning SNP Microarrays (capable of CNV detection and SNP genotyping) as part of the wider Pathology Sciences and the South West Genomic Laboratory Hub strategy and to meet the requirements of the NHSE National Genomic Test Directory for Cancer. Consideration will also be given for platforms that meet the requirements of the NHSE National Genomic Test Directory for Rare Disease and Cancer. The system must be capable of enabling batch flexibility to ensure efficient and responsive running of these urgent clinically urgent services.
II.1.5)

Estimated total value

Value excluding VAT: 800000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
II.2)

Description

II.2.1)

Title

Microarray Provision
Lot No:  1
II.2.2)

Additional CPV code(s)

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.2.3)

Place of performance

Main site or place of performance:  
South West Region
II.2.4)

Description of the procurement

The South West Genomics Laboratory Hub is intending to purchase equipment capable of scanning SNP Microarrays (capable of CNV detection and SNP genotyping) as part of the wider Pathology Sciences and the South West Genomic Laboratory Hub strategy and to meet the requirements of the NHSE National Genomic Test Directory for Cancer. The equipment is required to streamline current service delivery onto a consolidated pipeline suitable for Cancer investigations, including FFPE testing, as well as facilitating more specialised applications, for example combined methylation and copy number assessment or genome wide gene expression studies. Consideration will also be given for platforms that meet the requirements of the NHSE National Genomic Test Directory for Rare Disease and Cancer. The system must be capable of enabling batch flexibility to ensure efficient and responsive running of these urgent clinically urgent services.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 800000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
Maintenance, support and consumables may be subject to annual renewals for up to five years after the initial 5 year contract duration. If contract fully extended, maximum term 10 years.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Maintenance, support and consumables may be subject to annual renewals for up to five years after the initial 5 year contract duration. If contract fully extended, maximum term 10 years.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please ensure that you access and read all of the documentation contained in document folder
II.2)

Description

II.2.1)

Title

Microarray & Sequencer Provision
Lot No:  2
II.2.2)

Additional CPV code(s)

38000000  -  Laboratory, optical and precision equipments (excl. glasses)
II.2.3)

Place of performance

Main site or place of performance:  
South West Region
II.2.4)

Description of the procurement

The South West Genomics Laboratory Hub (SWGLH) is intending to purchase equipment capable of large scale massively parallel (Next Generation) sequencing and scanning SNP Microarrays (capable of CNV detection and SNP genotyping) as part of the wider Pathology Sciences and the South West Genomic Laboratory Hub strategy and to meet the requirements of the NHSE National Genomic Test Directory for Cancer and Rare Disease. The equipment is required to expand existing next generation sequencing capacity across the SWGLH Cancer and Rare Disease services and to streamline aspects of current and predicted service delivery onto a consolidated microarray pipeline suitable for Cancer and Rare Disease investigations.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 800000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
This contract is subject to renewal: yes
Description of renewals:  
Maintenance, support and consumables may be subject to annual renewals for up to five years after the initial 5 year contract duration. If contract fully extended, maximum term 10 years.
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
Maintenance, support and consumables may be subject to annual renewals for up to five years after the initial 5 year contract duration. If contract fully extended, maximum term 10 years.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Please ensure that you access and read all of the documentation contained in document folder

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  Stated within tender documentation
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/03/2019
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  20/04/2019
IV.2.7)

Conditions for opening of tenders

Date:  20/03/2019
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Bristol & Weston NHS Purchasing Consortium
Level 3 Whitefriars Lewins Mead
Bristol
BS1 2NT
UK