Awarded contract

Purchase of High Throughput Sonication Systems including Associated Consumables and Maintenance

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F03: Contract award notice

Notice reference: 2021/S 000-012415

Published 3 June 2021, 11:44am



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

2nd Floor Woodland House

Cardiff

CF14 4TT

Email

rhian.lye@wales.nhs.uk

Telephone

+44 292036446

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Purchase of High Throughput Sonication Systems including Associated Consumables and Maintenance

Reference number

CAV-DCO (20-21) 182

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

The All Wales Genomics Service at Cardiff and Vale University Health Board are required to purchase a high throughput sonication system capable of processing samples in plate formats suitable for downstream NGS library preparation workflows, and, as such will be required to process runs of various sizes of up to 96/384 samples/ well plates.

The equipment is required to support the expansion of services for the Test Directory and implementation of the strategy for somatic cancers testing in Wales. The Covaris LE220RSc and its patented technology is the only technology capable of effectively and efficiently meeting the demands of the laboratory and it is recommended that a contract is awarded for period of three years, (including warranty year) with the option to extend for a further two years in annual intervals for the equipment, installation and training, consumables and maintenance due to the unique nature of the laboratory requirements.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £500,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 33696500 - Laboratory reagents
  • 33100000 - Medical equipments
  • 50421000 - Repair and maintenance services of medical equipment
  • 51410000 - Installation services of medical equipment

two.2.3) Place of performance

NUTS codes
  • UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance

All Wales Medical Genomics Service, Institute of Medical Genetics, University Hospital of Wales, Heath Park, Cardiff, CF14 4XW

two.2.4) Description of the procurement

All Wales Genomics Laboratory (AWMGL) currently owns a Covaris ME220 instrument, which was purchased in July 2018. The ME220 instrument is a low throughput instrument that can process 1 to 8 samples at a time and was purchased for a CRUK SMP2 project. Since then, it has also been implemented in the NGS familial hypercholesterolemia (FH) service and as a consequence the ME220 Instrument is currently at processing capacity and utilising it in any further work or new service is not achievable.

In line with the expansion of services for the Test Directory and implementation of the strategy for somatic cancers testing in Wales, the Laboratory requires to purchase a high throughput model of the instrument with its patented technology to be able to meet the timely and efficient testing for predicted 13,000 solid tumour samples a year. The laboratory proposes to purchase the new instrument with a trade-in option of the ME220 model, to offset part of the cost.

The Covaris LE220RSc model is deemed the only model capable of meeting the laboratory requirements:

1. Supporting a reduction in the time required for processing of 50 samples per single run from about 3.5 hours (on the ME220 instrument), down to about 30 mins. The reduced time of the setup is a necessary requirement for the clinically urgent service for somatic cancer testing.

2. Covaris, Inc is the sole manufacturer of Series of Ultrasonicators and their associated tubes, racks and other consumables.

3. The Covaris technological foundation is based on its proprietary and patented AFA™ technology. The AFA technology is performed under isothermal conditions and does not require rest periods to cool the sample down. This, together with advanced electronics, provide unprecedented control over your sample processing, resulting in an absolute uniform & highly reproducible treatment of your sample. On average, the focused acoustics of Covaris uses 150 times less energy to shear your samples than a probe or water bath sonicator. This translates to a gentler shearing, which is more efficient, consistent, and controllable.

4. The unique and innovative AFA technology is an essential part of many NGS protocols as a gold standard method of DNA and RNA shearing. The Laboratory plans to also utilise the instrument for Total Nucleic Acid extraction, to improve the yield of Nucleic Acid to maximise chances of successful testing where limited amount of cancer tissue is available.

NWSSP Procurement Services intends to award a contract on behalf of Cardiff and Vale University Health Board, AWMGL, for the supply of a Covaris LE220RSc for the unique reasons outlined above. The contract is to include the installation, training consumables and associated maintenance for a period of three years (inclusive of warranty year) with the option to extend for a further two years at annual intervals.

two.2.5) Award criteria

Quality criterion - Name: System Performance / Weighting: 50

Price - Weighting: 50

two.2.11) Information about options

Options: No

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.1) Description

four.1.1) Type of procedure

Award of a contract without prior publication of a call for competition in the cases listed below

  • The services can be provided only by a particular economic operator for the following reason:
    • absence of competition for technical reasons

Explanation:

The Covaris LE220RSc model is deemed the only model capable of meeting the laboratory requirements:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-003545


Section five. Award of contract

Contract No

CAV-DCO (20-21) 182

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 March 2021

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 0

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Covaris

3 Hunns Mere Way

Brighton

BN26AH

Telephone

+44 7525415032

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £500,000


Section six. Complementary information

six.3) Additional information

(WA Ref:111118)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Authority will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Should additional information be required from the addressee in section 1.1 Rhian Lye (rhian.lye@wales.nhs.uk).

The Contracting Authority will enter into this Contract following a minimum 10 day calendar day standstill period starting on the day after this notice is published in the Official Journal of the European Union. If legal proceedings are commenced in relation to the contract award,it will be necessary to suspend the award of the contract pending further order of the Court, or the authority may voluntarily decide (at its discretion) to suspend the award of contract whilst any outstanding queries are dealt with. We will not be liable for any costs or losses incurred by you as a result of any suspension of the contract award or as a result of any other action made necessary by any challenge.