Section one: Contracting authority
one.1) Name and addresses
Business Services Organisation, Procurement and Logistics Services on behalf of the Belfast Health and Social Care Trust.
Supplies Centre Gransha Hospital Clooney Road
Derry
BT47 6YZ
Palsgransha.sourcing@hscni.net
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.1) Name and addresses
Belfast Health and Social Care Trust
A Floor, Belfast City Hospital, Lisburn Road
Belfast
BT9 7AB
Palsgransha.sourcing@hscni.net
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract involves joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
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
HLA Molecular Typing and HLA Antibody Detection / Identification - 4535237
Reference number
4535237
two.1.2) Main CPV code
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
two.1.3) Type of contract
Supplies
two.1.4) Short description
HLA Molecular Typing and HLA Antibody Detection / Identification
two.1.5) Estimated total value
Value excluding VAT: £4,568,134
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
7
Maximum number of lots that may be awarded to one tenderer: 6
two.2) Description
two.2.1) Title
Molecular Typing: Kits, Software and Automated Platform for the HLA Typing of DNA Samples
Lot No
1
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
HLA Molecular Typing and HLA Antibody Detection / Identification
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,648,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that this contract will be for a duration of 5 years. The client may at any time before the completion of the contract period invite the contractor to agree to extend for any period(s) up to and including 24 months commencing from the expiry date of the original contract period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Antibodies Detection (screening): Platform, Reagents, Kits, Controls and Consumables for HLA specific Antibody Detection and Intermediate Testing
Lot No
2
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
HLA Molecular Typing and HLA Antibody Detection / Identification
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,539,483
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that this contract will be for a duration of 5 years. The client may at any time before the completion of the contract period invite the contractor to agree to extend for any period(s) up to and including 24 months commencing from the expiry date of the original contract period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Antibodies Identification (75 percent): Platform, Reagents, Kits, Controls and Consumables for HLA specific Antibody Identification
Lot No
3
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
HLA Molecular Typing and HLA Antibody Detection / Identification
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £831,489
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that this contract will be for a duration of 5 years. The client may at any time before the completion of the contract period invite the contractor to agree to extend for any period(s) up to and including 24 months commencing from the expiry date of the original contract period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
BHSCT guidelines recommend employing a combination of tests for Antibody Identification in order to fully resolve complex antibody profiles. As a result, lots 3 and 4 will share the Antibodies Identification requirement. Lot 3 will receive 75 percent of the estimated workload, while Lot 4 will receive 25 percent.
two.2) Description
two.2.1) Title
Antibodies Identification (25 percent): Platform, Reagents, Kits, Controls and Consumables for HLA specific Antibody Identification
Lot No
4
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
HLA Molecular Typing and HLA Antibody Detection / Identification
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £277,163
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that this contract will be for a duration of 5 years. The client may at any time before the completion of the contract period invite the contractor to agree to extend for any period(s) up to and including 24 months commencing from the expiry date of the original contract period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
BHSCT guideline recommend employing a combination of tests for Antibody Identification in order to fully resolve complex antibody profiles. As a result, lots 3 and 4 will share the Antibodies Identification requirement. Lot 3 will receive 75 percent of the estimated workload, while Lot 4 will receive 25 percent.
two.2) Description
two.2.1) Title
DNA Amplification Platform and Associated Products
Lot No
5
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
HLA Molecular Typing and HLA Antibody Detection / Identification
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £125,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that this contract will be for a duration of 5 years. The client may at any time before the completion of the contract period invite the contractor to agree to extend for any period(s) up to and including 24 months commencing from the expiry date of the original contract period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This estimated total value stated in II 2.6) is the highest value in the following range 80000GBP to 125000GBP.
two.2) Description
two.2.1) Title
DNA Quantification Platform and Associated Products
Lot No
6
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
HLA Molecular Typing and HLA Antibody Detection / Identification
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £67,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that this contract will be for a duration of 5 years. The client may at any time before the completion of the contract period invite the contractor to agree to extend for any period(s) up to and including 24 months commencing from the expiry date of the original contract period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This estimated total value stated in II 2.6) is the highest value in the following range 30000GBP to 67000GBP.
two.2) Description
two.2.1) Title
DNA Visualisation Platform and Associated Products
Lot No
7
two.2.2) Additional CPV code(s)
- 33000000 - Medical equipments, pharmaceuticals and personal care products
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
HLA Molecular Typing and HLA Antibody Detection / Identification
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £80,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated that this contract will be for a duration of 5 years. The client may at any time before the completion of the contract period invite the contractor to agree to extend for any period(s) up to and including 24 months commencing from the expiry date of the original contract period.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
This estimated total value stated in II 2.6) is the highest value in the following range 35000 GBP to 80000 GBP.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
16 January 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 15 July 2023
four.2.7) Conditions for opening of tenders
Date
16 January 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
In section 1.2 it is stated that this procurement is by a Central Purchasing Body, operated by BSO PaLS on behalf of the Belfast Health and Social Care Trust. The cost of responding to and participating in the procurement process generally will be borne solely by each economic operator participating. Any expenditure, work or effort undertaken prior to a contract award is at the risk of the economic operator participating in this procurement process. Economic operators should note that the Contracting Authority reserves the right to cancel this procurement process at any stage. Any date given in Section IV above is a best estimated at the time of dispatch. The Contracting Authority reserves the right to extend any such date within the scope of the applicable procurement regulations.
six.4) Procedures for review
six.4.1) Review body
BSO Procurement and Logistic Services
77 Boucher Crescent
Belfast
BT126HU
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
BSO PaLS will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is tendered into. The Public Contract Regulations 2015 as amended provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).