此網頁需要支援 JavaScript 才能正確運行,請先至你的瀏覽器設定中開啟 JavaScript。

This webpage requires JavaScript to function properly. Please enable JavaScript in your browser settings.

Cette page web nécessite JavaScript pour fonctionner correctement. Veuillez activer JavaScript dans les paramètres de votre navigateur.

Esta página web requiere JavaScript para funcionar correctamente. Por favor, habilite JavaScript en la configuración de su navegador.

Diese Webseite benötigt JavaScript, um ordnungsgemäß zu funktionieren. Bitte aktivieren Sie JavaScript in Ihren Browser-Einstellungen.

Для корректной работы этой веб-страницы требуется поддержка JavaScript. Пожалуйста, включите JavaScript в настройках вашего браузера.

このウェブページを正常に動作するにはJavaScriptが必要です。ブラウザの設定でJavaScriptを有効にしてください。

이 웹 페이지는 올바르게 작동하려면 JavaScript가 필요합니다. 브라우저 설정에서 JavaScript를 활성화하십시오.

Tato webová stránka vyžaduje pro svůj správný chod podporu JavaScriptu. Prosím, povolte JavaScript v nastavení vašeho prohlížeče.

Ez a weboldal a megfelelő működéshez JavaScript támogatásra szorul. Kérjük, engedélyezze a JavaScript használatát a böngészőjében.

Questa pagina web richiede JavaScript per funzionare correttamente. Si prega di abilitare JavaScript nelle impostazioni del browser.

Šī tīmekļa lapa darbībai ir vajadzīgs JavaScript atbalsts. Lūdzu, ieslēdziet JavaScript savā pārlūkprogrammas iestatījumos.

Esta página da web requer JavaScript para funcionar corretamente. Por favor, ative o JavaScript nas configurações do seu navegador.

Deze webpagina vereist JavaScript om correct te functioneren. Schakel JavaScript in uw browserinstellingen in.

Ta strona wymaga obsługi JavaScript, aby działać prawidłowo. Proszę włączyć obsługę JavaScript w ustawieniach przeglądarki.

Laman web ini memerlukan JavaScript untuk berfungsi dengan betul. Sila aktifkan JavaScript dalam tetapan pelayar anda.

Halaman web ini memerlukan JavaScript untuk berfungsi dengan baik. Harap aktifkan JavaScript di pengaturan browser Anda.

เว็บไซต์นี้ต้องการ JavaScript เพื่อทำงานอย่างถูกต้อง โปรดเปิด JavaScript ในการตั้งค่าบราวเซอร์ของคุณ

Bu web sayfasının düzgün çalışması için JavaScript gereklidir. Lütfen tarayıcı ayarlarınızda JavaScript'i etkinleştirin.

Trang web này yêu cầu JavaScript để hoạt động đúng. Vui lòng kích hoạt JavaScript trong cài đặt trình duyệt của bạn.

Эн вэб хуудас нь зөв ажиллахын тулд JavaScript дэмжлэг авах шаардлагатай. Таны броузерын тохиргоонд JavaScript-ийг идэвхжүүлнэ үү.

ဒီဝန်ဆောင်မှုစာမျက်နှာကိုမှားယွင်းရန် JavaScript ကိုလိုအပ်ပါ။ သင့်ရဲ့ဘောဒီကိုပြင်ဆင်ရန် JavaScript ကိုဖွင့်ပါ။

ບໍ່ສາມາດເຮັດວຽກເວັບໄຊນີ້ໄດ້ຖ້າບໍ່ມີການສະຫລັບ JavaScript. ກະລຸນາໃຊ້ການຕັ້ງຄ່າຂອງເວັບໄຊໃຫ້ເປີດ JavaScript ກ່ອນ.

ទំព័រវេបសាយនេះត្រូវការ JavaScript ដើម្បីដំណើរការប្រើប្រាស់បានល្អ។ សូមបើក JavaScript នៅក្នុងការកំណត់របស់អ្នកក្នុងក

  英國採購案- UK-Chester: diagnostic devices - 駐英國台北代表處 Taipei Representative Office in the U.K. :::
:::

英國採購案- UK-Chester: diagnostic devices


◆ 標題:UK-Chester: diagnostic devices
◆ 採購機關名稱:NHS Supply Chain
◆ 國別:英國
◆ 類別:醫療器材
◆ 採購產品說明:"Microbiology and Serology (including Viral and Autoimmunity) - Urine Screening Blood and Culture Media Identification and Susceptibility Testing Systems Antibody and Antigen Detection - Manual and Automated"
◆ 標案號碼:2011/S 245-397831
◆ 資金來源:NHS Supply Chain
◆ 合約型式:Supply Contract
◆ 截標日期:3.2.2012 - 15:00
◆ 開標日期:6.2.2012 - 08:00
◆ 標案金額:Estimated value excluding VAT: Range: between 23 400 000,00 and 57 400 000,00 GBP
◆ 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:397831-2011:TEXT:EN:HTML&src=0
◆ 聯絡人資料:
NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Unit 5 Telford Court, Chester Gates, Dunkirk Trading Estate
For the attention of: Katy Smith
CH1 6LT Chester
UNITED KINGDOM
Telephone: +44 1244582823 +44 1244582823
E-mail: katy.smith@supplychain.nhs.uk
Fax: +44 8706079785
General address of the contracting authority: www.supplychain.nhs.uk
◆ 請附上採購詳細內容:

UK-Chester: diagnostic devices
2011/S 245-397831
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Unit 5 Telford Court, Chester Gates, Dunkirk Trading Estate
For the attention of: Katy Smith
CH1 6LT Chester
UNITED KINGDOM
Telephone: +44 1244582823 +44 1244582823
E-mail: katy.smith@supplychain.nhs.uk
Fax: +44 8706079785
Internet address(es):
General address of the contracting authority: www.supplychain.nhs.uk
Address of the buyer profile: Blank
Further information can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Foxbridge Way
For the attention of: Buyer
WF6 1TL Normanton
UNITED KINGDOM
Internet address: http://procurement.supplychain.nhs.uk/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Foxbridge Way
For the attention of: Buyer
WF6 1TL Normanton
UNITED KINGDOM
Internet address: http://procurement.supplychain.nhs.uk/
Tenders or requests to participate must be sent to: NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Foxbridge Way
For the attention of: Buyer
WF6 1TL Normanton
UNITED KINGDOM
Internet address: http://procurement.supplychain.nhs.uk/
I.2)Type of the contracting authority
National or federal agency/office
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: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
"Microbiology and Serology (including Viral and Autoimmunity) - Urine Screening Blood and Culture Media Identification and Susceptibility Testing Systems Antibody and Antigen Detection - Manual and Automated".
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: "Various locations in UK".
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 54
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 23 400 000,00 and 57 400 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Microbiology and Serology (including Viral and Autoimmunity) - Urine Screening Blood and Culture Media Identification and Susceptibility Testing Antibody and Antigen Detection - Manual and Automated.
Lot 1: Microbiological Identification Kits – Biochemical.
Lot 2: Microbiological Identification Kits - Agglutination Tests.
Lot 3: Microbiological Identification Kits - Immunochormatographic Cassettes.
Lot 4: Microbiological Identification Kits – IGRA testing for TB.
Lot 5: (not used).
Lot 6: Microbiological Identification Kits – ELISA.
Lot 7: Manual Antimicrobial Susceptibility Testing using Discs Strips and Rings (including diagnostics discs e.g. X&V discs).
Lot 8: Pre-Poured Microbiological Culture Media and Broth.
Lot 9: Automated Blood Culture System.
Lot 10: Random Access Immunoassay System - High throughput.
Lot 11: Random Access Immunoassay System - Low throughput.
Lot 12: Automated Identification and Susceptibility Analysers.
Lot 13: Automated Identification of Tuberculosis System.
Lot 14: Open Immunoassay Elisa Processor.
Lot 15: Automated Analysis of Urine Samples – Urinalysis.
Lot 16: Serological Identification Kits – ELISA.
Lot 17: Plate Streakers – Semi and Fully Automated.
Lot 18: Automated Identification – MALDI TOFF.
II.1.6)Common procurement vocabulary (CPV)
33124100, 33124110, 24931250, 33141625, 33696500, 33127000, 38434580, 33698100, 85111800, 38433100, 71900000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: yes
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
"Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 23 400 000 GBP-57 400 000 GBP for this contract award this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements".
II.2.2)Information about options
Options: yes
Description of these options: "This framework agreement will have the option to extend for a maximum of 24 months in addition to the initial two year period upon review".
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Microbiological Identification Kits – Biochemical
1)Short description
Biochemical Test Kits for Identification of Microorganisms from primary or secondary screening.
2)Common procurement vocabulary (CPV)
33141625, 33124100, 33141625, 33696300, 33696500
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 300 000 GBP-800 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 300 000,00 and 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Tenderers must tender at least one of the tests below in order to be considered for this lot:
A Biochemical Strip/Panel/Plate for at least one of these tests:
— Gram negative aerobic bacteria,
— Gram positive aerobic bacteria,
— Anaerobic bacteria.
Lot No: 2 Lot title: Microbiological Identification Kits – Agglutination Tests
1)Short description
Latex agglutination and Heamagglutination for identification of microorganisms from primary or secondary screening.
2)Common procurement vocabulary (CPV)
33141625, 33124100, 33141625, 33696500
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 300 000 GBP-800 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 300 000,00 and 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Tenderers must tender at least one of the tests below in order to be considered for this lot:
An agglutination test kit for:
Streptococcal Grouping Latex Kit.
Staphyloccocal Latex Kit.
E. coli O157 Latex Kit
Legionella Latex Agglutination Kit.
Bacterial Antigen Kit.
PBP2' Kit.
Lot No: 3 Lot title: Microbiological Identification Kits – Immunochormatographic Cassettes
1)Short description
Immunochromatographic Cassettes for Identification of Microorganisms from primary of secondary screening.
2)Common procurement vocabulary (CPV)
33141625, 33124100, 33141625, 33696500
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 300 000 GBP-800 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 300 000,00 and 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Tenderers must tender at least one of the tests below in order to be considered for this lot:
An immunochromatographic test kit for:
Legionella Urine Antigen Lateral Flow.
Strep pnuemo Urine Antigen Lateral Flow.
Cdiff Toxin A/B Lateral Flow.
C.difficile GDH
Rotavirus.
Lot No: 4 Lot title: Microbiological Identification Kits – IGRA testing for TB
1)Short description
Interferon Gamma Release Assay (IGRA) testing for the identification of tuberculosis.
2)Common procurement vocabulary (CPV)
33141625, 33124100, 33141625, 33696500
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 300 000 GBP-800 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 300 000,00 and 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Tenderers must tender at least one of the tests below in order to be considered for this lot:
An IGRA test kit for:
— Latent TB,
— Active TB.
Lot No: 6 Lot title: Microbiological Identification Kits – ELISA
1)Short description
An ELISA (Enzyme-linked immunosorbent assay) testing kit used to identify a wide range of infectious diseases by identifying the presence of an antibody or an antigen in a sample.
2)Common procurement vocabulary (CPV)
33141625, 33124100, 33141625, 33696500
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 600 000 GBP-1 600 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 600 000,00 and 1 600 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Tenderers must tender at least one of the tests below in order to be considered for this lot:
An ELISA Antigen detection tests kit for:
C.difficile Toxins
C.difficle GDH
HpSA.
Rotavirus Antigens.
Enteric Organism Antigens.
Lot No: 7 Lot title: Manual Antimicrobial Susceptibility Testing using Discs, Strips and Rings (including diagnostics discs e.g. X&V discs)
1)Short description
Manual test using discs, strips and rings absorbed with a known strength of anitbiotic available for a variety of micro organism sensitivity testing.
2)Common procurement vocabulary (CPV)
33141625, 33124100, 33141625, 33696500, 33124130
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 300 000 GBP-800 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 300 000,00 and 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Tenderers must tender at least one of the products below in order to be considered for this lot:
— Sensitivity Discs - Antibiotic Sensitivity Discs,
— MIC Strips – to determine the minimum inhibitory concentration (MIC) values of antibiotics and/or antifungal agents and/or anti-mycobacterial agents.
Lot No: 8 Lot title: Pre-Poured Microbiological Culture Media and Broth
1)Short description
Petri dishes, bottles and tubes that contain a growth medium (typically agar plus nutrients) used to culture microorganisms.
2)Common procurement vocabulary (CPV)
24931250, 33698100
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 3 000 000 GBP-6 000 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 3 000 000,00 and 6 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Tenderers must tender at least one of the pre-poured culture media plates below in order to be considered for this lot:
— Campylobacter blood free medium,
— Chocolate Columbia blood agar,
— Columbia blood agar,
— MacConkey agar without salt,
— Nutrient agar,
— XLD agar.
Lot No: 9 Lot title: Automated Blood Culture System
1)Short description
Fully automated blood culture growth and detection system enabling detection of blood borne bacteria, fungi and yeast in blood.
2)Common procurement vocabulary (CPV)
33124100, 33124110, 38434520, 51430000, 71900000, 33698100, 38434000, 85111800
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 2 000 000 GBP-5 000 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 5 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: Random Access Immunoassay System – High Throughput
1)Short description
High throughput, floor standing, fully automated, random access immunoassay analyser with storage for equal to or greater than 25 reagent packs at any one time for viral serology and auto immunity.
2)Common procurement vocabulary (CPV)
33124100, 33124110, 38434000, 50412000, 51430000, 71900000, 85111800, 38434580
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 2 000 000 GBP-5 000 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 5 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 11 Lot title: Random Access Immunoassay System – Low Throughput
1)Short description
Low throughput, bench top or floor standing, semi and/or fully automated, random access immunoassay analyser with storage for equal to or less than 25 reagent packs for viral serology and auto imunity.
2)Common procurement vocabulary (CPV)
33124100, 33124110, 38434000, 50412000, 51430000, 71900000, 85111800, 38434580
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 2 000 000 GBP-5 000 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 5 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 12 Lot title: Automated Identification and Susceptibility Analysers
1)Short description
Fully automated system for the identification of microorganisms and antimicrobial susceptibility testing.
2)Common procurement vocabulary (CPV)
33124100, 33124110, 33696500, 38434000, 50412000, 51430000, 71900000, 85111800
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 2 000 000 GBP-5 000 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 5 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 13 Lot title: Automated Identification of Tuberculosis System
1)Short description
Fully automated tuberculosis detection system.
2)Common procurement vocabulary (CPV)
33124100, 33124130, 33696500, 38434000, 50412000, 51430000, 33698100, 85111800
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 2 000 000 GBP-5 000 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 5 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 14 Lot title: Open Immunoassay Elisa Processor
1)Short description
Fully automated open ELISA processor enabling automation of the ELISA testing method used to identify a wide range of infectious diseases by identifying the presence of an antibody or an antigen in a sample.
2)Common procurement vocabulary (CPV)
33124100, 33124110, 38434000, 50412000, 51430000, 71900000, 85111800
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 2 000 000 GBP-5 000 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 5 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 15 Lot title: Automated Analysis of Urine Samples - Urinalysis
1)Short description
Automated urinalysis screening anlayser/equipment/system which enables a examination to be performed on urine sediment as part of a routine urinalysis to detect white and red blood cells, bacteria and various other particles in the urine with the intention to safely eliminate the vast majority of UTI negative samples from further investigation.
2)Common procurement vocabulary (CPV)
33124100, 33124110, 38434000, 50412000, 51430000, 71900000, 85111800
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 2 000 000 GBP-5 000 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 5 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 16 Lot title: Serological Identification Kits – ELISA
1)Short description
An ELISA (Enzyme-linked immunosorbent assay) testing kit used to identify the presence of an antibody or an antigen in a sample.
2)Common procurement vocabulary (CPV)
33124100, 33124110, 33141625, 33696500
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 300 000 GBP-800 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 300 000,00 and 800 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Tenderers must tender at least one of the tests below in order to be considered for this lot:
ELISA Serology screening assays.
Measles.
Mumps.
VZV.
EBV.
H.Pylori
Lot No: 17 Lot title: Plate Streakers – Semi and Fully Automated
1)Short description
Automation/semi automation of the streaking of samples culture media plates.
2)Common procurement vocabulary (CPV)
33124100, 33124110, 38434000, 50412000, 51430000, 71900000, 85111800
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 2 000 000 GBP-5 000 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 5 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 18 Lot title: Automated Identification – MALDI TOFF
1)Short description
Automated identification of microorganisms using MALDI-TOF (Matrix Assisted Laser Desorption Ionization-Time of Flight) Mass Spectrometry.
2)Common procurement vocabulary (CPV)
33124100, 33124110, 38433100, 38434000, 50412000, 51430000, 71900000, 85111800
3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 2 000 000 GBP-5 000 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
All tenderers who reach a minimum hurdle of 50 points based on their financial and non-financial responses will be awarded to this Lot.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 5 000 000,00 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
"Parent company or other guarantees may be required in certain circumstances. Further details will be in the contract documents".
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
"Please see tender documents".
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
"The Contracting Authority reserves the right to require groupings of entities to take a particular form or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability".
III.1.4)Other particular conditions
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: Submission of expression of interest and procurement specific information:
This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/.
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:
Registration:
If not already registered candidates should register on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/.
Expression of interest:
Once registered candidates must express their interest as follows:
Login to the NHS Supply Chain eTendering portal.
Select the NHS Supply Chain link on the Management Console.
Select the "+" symbol to the left of the "My Official Journal European Union Notices". Select the "+" next to "OJEU Notices" and then again when the sign is next to OJEU Notices to make all available notices visible.
Select the required notice by placing the cursor over the name of the notice and then left clicking once on the name.
After reading the notice enable the expression of interest tick-box at the bottom of the notice click on the "Save Details" button and close the form.
Now select the "ISS Communities" tab at the top left of the page. Follow step c above. There should be a "+" next to the notice you expressed the interest in. That will now drop down to "My tenders" or "My PQQ".
The tender or PQQ linked to the OJEU notice will become visible by clicking on the "+" next to the My Tenders or My PQQ link.
For tenders:
Clicking on the tender heading will open the next screen. Look to the middle of the page for a heading called "An eRS data package".
Left click once on the file called eRSXX.ZIP (where XX denotes the tender number) to download the tender package that contains the complete response information. This package must only be opened using the eRS application which can be downloaded from the http://procurement.supplychain.nhs.uk/ website.
Using the eRS application follow the instructions and complete the responses.
The response MUST be submitted via the internet method as prescribed in the eRS application.
In the event that the notice refers to a PQQ:
Clicking on the name of the PQQ will open a "Pre Qualification Questionnaire" page. Read through and then select "Save Details" at the bottom of the page. The word "Attachment" next to the icon needs to be clicked on and then the attachment window will appear allowing you to respond to the questions and add attachments as required. The response is submitted when the "Save Details" button is clicked. The responses can be submitted as many times as required until the closing time for the event.
Helpdesk.
For any support in submitting your expression of interest or tender response please contact the eTendering Helpdesk at +44 8454687877 +44 8454687877 or http://procurement.supplychain.nhs.uk/. There are a number of quick help guides available on the portal. Reading these will assistthe supplier in completing and submitting their responses.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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: yes
Additional information about electronic auction: "An electronic auction (e-auction) may be used to award all or part of the requirements. The use of e-auctions may also be an option as part of any mini competition process".
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
IV.3.4)Time limit for receipt of tenders or requests to participate
3.2.2012 - 15:00
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 6.2.2012 - 08:00
Place:
As in abovementioned I.1.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: "Only the NHS Supply Chain contract owner or delegate".
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Please note that the number of maximum suppliers as set out in II.1.4 is provided as an estimate only. Tenderers should refer to section 3.5 of the Invitation to Tender for details of the scores which tenderers will need to obtain in order to be appointed to the Framework Agreement. NHS Supply Chain reserves therefore the right to appoint more or less suppliers to the Framework Agreement depending on the number of suppliers who achieve the minimum score required at stage 5.
The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products.
NHS Supply Chain will be entitled to purchase the supplies and/or services identified in the tender documents as Non-Direct Contract Products which it will then make available for purchase by.
1) any NHS Trust;
2) any other NHS entity;
3) any government department agency or other statutory body and/or
4) any private sector entity active in the UK healthcare sector.
For the supplies and/or services identified as Direct Contract Products in the tender documents.
1) NHS Supply Chain;
2) any NHS Trust;
3) any other NHS entity;
4) any government department agency or other statutory body and/or
5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.
For Direct Contract Products the Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.
Non-Direct Contract Products.
As set out in the tender documents.
Direct Contract Products.
As set out in the tender documents.
In addition NHS Supply Chain is currently considering the feasibility of facilitating a Managed Service offering via the Framework Agreement. Tenderers are therefore asked to indicate in their tender response whether they would be interested in providing this provision under the Framework Agreement via the direct route; should NHS Supply Chain decide to introduce it over the lifetime of the Framework Agreement.
Parties entitled to purchase under this framework may chose to finance their purchase through a lease transaction. NHS Supply Chain offers a separate leasing framework to cover this eventuality.
Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it) to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.
All communications must be made through NHS Supply Chain’s eTendering portal at http://procurement.supplychain.nhs.uk/ using the Message Centre facility linked to this particular contract notice.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Refer to point VI.4.2
Body responsible for mediation procedures
Not applicable
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: "Any appeals under this process should be addressed to the contact in point I.1.".
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.12.2011