Provision of microvirology sample testing services
Health Protection Agency. UK-London: services provided by medical laboratories
2012/S 52-085280
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Health Protection Agency
61 Colindale Avenue
For the attention of: Mark Polglase
NW9 5EQ London
UNITED KINGDOM
Telephone: +44 2083276676
E-mail: mark.polglase@hpa.org.uk
Internet address(es):
General address of the contracting authority: www.hpa.org.uk
Address of the buyer profile: www.hpa.bravosolution.co.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)
Section II: Object of the contract
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: England and Wales (possibly other parts of the UK).
NUTS code UK
Duration of the framework agreement
Duration in years: 2
The requirements is split into 32 lots (see below for further details).
The intention is to award one framework to one supplier for each lot, although a supplier may be awarded more than one lot.
85145000, 85111820, 85111800, 85111810
Tenders may be submitted for one or more lots
Lot 1: HIV Branch DNA – workload 6 samples per year.
Lot 2: HIV 2 Proviral DNA – workload 6 samples per year.
Lot 3: Varicella zoster Genotyping – workload 3 samples per year.
Lot 4: Rabies PCR – workload 16 samples per year.
Lot 5: Rabies Serology assay – workload 50 samples per year.
Lot 6: Gancyclovir antiviral level – workload 115 samples per year.
Lot 7: Valganciclovir – workload 2 samples per year.
Lot 8: Amikacin Assay – workload 92 samples per year.
Lot 9: Streptomycin antibiotic level assay – workload 52 samples per year.
Lot 10: Daptomycin – workload 24 samples per year.
Lot 11: Chloromphenicol antibiotic level – workload 1 sample per year.
Lot 12: Flucytosine antibiotic level – workload 33 samples per year.
Lot 13: Co-trimoxazole antibiotic level – workload 86 samples per year.
Lot 14: Cycloserine level assay – workload 16 samples per year.
Lot 15: Rifabutin Level – workload 3 samples per year.
Lot 16: Rifampicin assay – workload 10 samples per year.
Lot 17: Teicoplanin assay – workload 126 samples per year.
Lot 18: Brucella Serology confirmation – workload 10 samples per year.
Lot 19: Brucella Total IgG/IgM – workload 10 samples per year.
Lot 20: Brucella Microagglutination test – workload 10 samples per year.
Lot 21: Leptospira interrogans DNA – workload 1 sample per year.
Lot 22: Campylobacter Serology – workload 155 samples per year.
Lot 23: Whipples PCR – workload 34 samples per year.
Lot 24: Whipples Serology – workload 14 samples per year.
Lot 25: Enterovirus Complement Fixation Test – workload 240 samples per year.
Lot 26: Chlamydia Serology – workload 70 samples per year.
Lot 27: Chlamydia MIF – workload 70 samples per year.
Lot 28: IgG Legionella pneumophilia sgp1 EIA – workload 450 samples per year.
Lot 29: Linezolid assay – workload 12 samples per year.
Lot 30: Voriconazole assay – workload less than 10 samples per year.
Lot 31: Posaconazole assay – workload less than 10 samples per year.
Lot 32: Itraconazol assay- workload less than 10 samples per year.
NB: Workloads for all the Lots above are indicative only.
Suppliers will be expected to provide tests not listed where they have the facility to do so, on terms agreed at the time the requirement arises.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
Suppliers will also be required to provide clinical advice, and any other requirements as detailed in the tender documentation.
The framework agreement will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
Description of these options: There will be an option, exercisable at the Authority’s option only, to extend the contract for a period of up to 12 months from the expiry of the initial 2 year term of the contract.
Information about lots
Lot No: 1 Lot title: Provision of HIV Branch DNA Assay
In the past year the HPA referred 6 samples for this assay. The HPA requires a turnaround time for the delivery of results of 7 working days for 80 % of the samples referred and 14 working days for 100 % of the samples referred.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 6 samples for this assay. The HPA requires a turnaround time of a minimum of 10 working days and maximum of 14 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 3 samples for this assay. The HPA requires a turnaround time for the delivery of results of no more than 7 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 16 samples for this assay. The HPA requires a turnaround time for the delivery of results of no more than 2 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 50 samples for this assay.
The HPA requires that 80 % of the samples referred have a turnaround time of 10 working days and 100 % by 14 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111800, 85111810
In the past year the HPA referred 115 samples for this assay. The HPA requires a turnaround time of no more than 7 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 2 samples for this assay. The HPA requires that 80 % of the samples referred have a turnaround time of 7 working days and 100 % by 14 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 92 samples for this assay. The HPA requires a turnaround time of no more than 1 working day.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 52 samples for this assay. The HPA requires a turnaround time of no more than 1 working day.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 24 samples for this assay. The HPA requires a turnaround time of no more than 1 working day.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 1 sample for this assay. The HPA requires a turnaround time of no more than 2 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 33 samples for this assay. The HPA requires a turnaround time of no more than 2 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 86 samples for this assay. The HPA requires a turnaround time of no more than 2 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 16 samples for this assay. The HPA requires a turnaround time of no more than 2 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 3 samples for this assay. The HPA requires a turnaround time of no more than one working day.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 10 samples for this assay. The HPA requires a turnaround time of no more than 1 working day.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 126 samples for this assay. The HPA requires a turnaround time of no more than 1 working day.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 10 samples for this assay. The HPA requires a turnaround time of less than 7 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 10 samples for this assay. The HPA requires a turnaround time of less than 7 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 10 samples for this assay. The HPA requires a turnaround time of less than 7 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 1 sample for this assay. The HPA requires a turnaround time of less than 10 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 155 samples for this assay. The HPA requires a turnaround time of less than 7 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 34 samples for this assay. The HPA requires a turnaround time of less than 7 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 14 samples for this assay. The HPA requires a turnaround time of less than 7 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 240 samples for this assay. The HPA requires a turnaround time of less than 15 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 70 samples for this assay. The HPA requires a turnaround time of less than 10 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred 70 samples for this assay. The HPA requires a turnaround time of less than 10 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111820
In the past year the HPA referred 450 samples for this assay. The HPA requires that 80 % of the samples referred have a turnaround time of seven working days and 100 % by 14 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111800, 85111810
In the past year the HPA referred 12 samples for this assay. The HPA requires a turnaround time of no more than 1 working day.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred least than 10 samples for this assay. The HPA requires a turnaround time of no more than 2 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred less than 10 samples for this assay. The HPA requires a turnaround time of no more than 2 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
In the past year the HPA referred less than 10 samples for this assay. The HPA requires a turnaround time of no more than 2 working days.
The supplier must use laboratories and assays that meet a recognised quality standard e.g. CPA accreditation.
The contract will be for an initial period of 2 years with an option to extend for a period of up to a further 12 months.
This tender is being publicised to meet the HPA’s requirements but the contract will be open for use by other government agencies.
85145000, 85111810
Section III: Legal, economic, financial and technical information
Suppliers instructions how to express interest in this tender:
1. Register your company on the eSourcing portal (this is only required once): https://hpa.bravosolution.co.uk and click the link to register,
— Accept the terms and conditions and click “Continue”,
— Enter your correct business and user details,
— Note the username you chose and click “Save” when complete,
— You will shortly receive an e-mail with your unique password (please keep this secure).
2. Express an interest in the tender:
— Login to the portal with the username/password,
— Click the “PQQs / ITTs Open To All Suppliers” link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier),
— Click on the relevant PQQ/ ITT to access the content,
— Click the “Express Interest” button at the top of the page,
— This will move the PQQ /ITT into your “My PQQs/ My ITTs” page. (This is a secure area reserved for your projects only),
— You can now access any attachments by clicking “Buyer Attachments” in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender:
— Click ‘My Response” under “PQQ/ ITT Details”, you can choose to “Create Response” or to “Decline to Respond” (please give a reason if declining),
— You can now use the “Messages” function to communicate with the buyer and seek any clarification,
— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT,
— There may be a mixture of online & offline actions for you to perform (there is detailed online help available). You must then submit your reply using the “Submit Response” button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
When requesting access to the online questionnaires, please notify the team if you have any accessibility issues (disabilities) which may prevent you from providing a high quality response using the e-Sourcing portal. This will then allow the Contracting Authority to agree with you an appropriate format for you to view and respond to the requirements. All communications shall be in English. Tenders and all supporting documentation must be priced in Sterling and all payments under the contract will be in Sterling. Any contract or agreement resulting from the acceptance of a tender will be considered as a contract made in England according to English Law and subject to the exclusive jurisdiction of the English courts. The Contracting Authority does not bind itself to accept any tender and reserves the right to accept any part of the tender unless the potential provider expressly stipulates to the contrary. Any Potential provider may be disqualified who meets any of the criteria outlined in 23 (4) of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18/EC).
(a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 2 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
Potential Providers will be assessed in accordance with Parts 4 and 5 of the Public Contracts Regulations 2006,as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18/EC), on the basis of information received in response to an invitation to tender. The Contracting Authority may have regard to any of the following means in its assessment:
(a) A list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private;
(b) An indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(c) A statement of the average annual manpower of the service provider or contractor;
(d) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Section IV: Procedure
Section VI: Complementary information
Potential providers should note that, in accordance with the UK Government’s policies on transparency, the Contracting Authority intends to publish the invitation to tender and the text of the contract awarded, subject to possible redactions at the discretion of the Contracting Authority. Further information on transparency can be found at: http://www.buyingsolutions.gov.uk/aboutus/transparency/.
The Contracting Authority expressly reserves the right:
(I) Not to award any contract as a result of the procurement process commenced by publication of this notice; and
(II) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the potential providers.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential providers.
The Contracting Authority wishes to establish this contract for the provision of malaria and parasitology sample testing services for use use by the following UK public sector bodies (and any future successors to these organisations):
Ministry or any other national or federal authority, including their regional or local sub-divisions, specifically referring to:
Department of Health.
Health Protection Agency.
NHS Blood and Transplant.
Medicines and Healthcare products Regulatory Agency.
And other Department of Health Arms Length Bodies (ALBs) and any other bodies pursuant to the Health and Social Care Bill (in its form which receives Royal Assent), including, but not limited to:
National Institute for Health and Clinical Excellence.
National Treatment Agency for Substance Misuse.
Care Quality Commission.
General Social Care Council.
Human Fertilisation and Embryology Authority.
Human Tissue Authority.
Council for Healthcare Regulatory Excellence.
NHS Business Services Authority.
National Patient Safety Agency.
NHS institute for Innovation and Improvement.
NHS Litigation Authority.
Health and Social Care Information Centre.
NHS Appointments Commission.
Monitor.
Alcohol Education and Research Council.
Please be advised that the invitation to tender will be made available to potential providers on the e-Sourcing portal at [insert time] on [insert day and date]. Potential providers will be able to register on the e-Sourcing portal before this date, however they will not be able to see details of the event on the e-Sourcing portal until after this time.
VI.5)Date of dispatch of this notice:13.3.2012