Section one: Contracting authority/entity
one.1) Name and addresses
Business services Organisation, Procurement and Logistics Service on behalf of BSO, WHSCT, BHSCT, NHSCT, SHSCT, SEHSCT NIBTS
Supplies Centre, Gransha Hospital, Clooney Road
Londonderry
BT47 6YZ
Palsgransha.sourcing@hscni.net
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Automated Microbiology Blood Culture, Identification and Susceptability Testing Systems [168085]
two.1.2) Main CPV code
- 33124110 - Diagnostic systems
two.1.3) Type of contract
Supplies
two.2) Description
two.2.2) Additional CPV code(s)
- 33124100 - Diagnostic devices
- 33696200 - Blood-testing reagents
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
two.2.4) Description of the procurement at the time of conclusion of the contract:
Automated Microbiology Blood Culture, Identification and Susceptibility Testing Systems [168085]
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
96
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2016/S 103-184482
Section five. Award of contract/concession
Contract No
168085
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
12 April 2024
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Biomerieux UK Ltd
Grafton House, Grafton Way Unit H, Hampshire
Basingstoke
RG22 6HY
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £5,318,454.71
Section six. Complementary information
six.3) Additional information
The UK does not have a body responsible for appeals or mediation. The High Court is the arbiter of formal procurement challenges and the review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court.
six.4) Procedures for review
six.4.1) Review body
Reference section VI.3 Additional Information
Belfast
Country
United Kingdom
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 33124110 - Diagnostic systems
seven.1.2) Additional CPV code(s)
- 33124100 - Diagnostic devices
- 33696200 - Blood-testing reagents
seven.1.3) Place of performance
NUTS code
- UKN0 - Northern Ireland
seven.1.4) Description of the procurement:
Automated Microbiology Blood Culture, Identification and Susceptibility Testing Systems
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
96
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£5,318,454.71
seven.1.7) Name and address of the contractor/concessionaire
Biomerieux UK Ltd
Grafton House, Grafton Way Unit H, Hampshire
Basingstoke
RG22 6HY
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Extension of existing contract from end date 30th June 2024 to 29th December 2025. We wish also to have the option to extend for a further 18 months in 3 x 6-month periods beyond expiry of the contract on 29th December 2025.
seven.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
These modifications are in accordance with Regulations 72(1)(b)(i) and (ii). A tender process commenced in January 2023, with preliminary market engagement starting in September 2023 via PIN Notice (2023/S 000-026578).
While there are planned measures for the retendering of services, technological advances have resulted in a significant extension of scope, necessitating a longer tender process. Due to the project’s complexity, the modifications are required to thoroughly investigate the Client’s infrastructure, cyber security protocols, and connectivity requirements in line with information gathered during market engagement.
The modifications are also necessary to allow the client to complete business cases that outline the change to scope. Finally, while the tender is in progress, the modifications are needed to guarantee the ongoing provision of essential microbiology services that include the diagnosis, treatment, management, and prevention of infectious diseases.
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £5,318,454.71
Total contract value after the modifications
Value excluding VAT: £5,318,454.71