web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Cardiff: Purchase of High Throughput Sonication Systems including Associated Consumables and Maintenance

Type of document: Contract award
Country: United Kingdom
Publication Ref: (2021/S 000-012415/EN)
Nature of contract: Supply contract
Procedure: Negotiated without a call for competition
Type of bid required: Not applicable

Contract award notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Postal address: 2nd Floor Woodland House
Town: Cardiff
Postal code: CF14 4TT
Country: United Kingdom
Telephone: +44 292036446
Email: rhian.lye@wales.nhs.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Purchase of High Throughput Sonication Systems including Associated Consumables and Maintenance

Reference number: CAV-DCO (20-21) 182
II.1.2) Main CPV code: 33100000
II.1.3) Type of contract Supplies
II.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.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:500000
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 33696500
Main CPV code: 33100000
Main CPV code: 50421000
Main CPV code: 51410000

II.2.3) Place of performance
Nuts code:
Main site or place of performance:All Wales Medical Genomics Service, Institute of Medical Genetics, University Hospital of Wales, Heath Park, Cardiff, CF14 4XW

II.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.

II.2.5)Award criteria

II.2.11) Information about options
Options no
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below

1.Justification for the choice of the negotiated procedure without prior publication of a call for competition in accordance with Article
32 of Directive 2014/24/EU
The works, supplies or services can be provided only by a particular economic operator for the following reason:
absence of competition for technical reasons

3.Explanation
Please explain in a clear and comprehensive manner why the award of the contract without prior publication in the Official Journal of the European Union
is lawful, by stating the relevant facts and, as appropriate, the conclusions of law in accordance with the directive:
The Covaris LE220RSc model is deemed the only model capable of meeting the laboratory requirements:

IV.1.3) Information about a framework agreement or a dynamic purchasing system
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2021/S 000-003545
Section V: Award of contract
Contract No: CAV-DCO (20-21) 182
A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2021-03-10
V.2.2) Information about tenders
Number of tenders received:1
Number of tenders received from SMEs:0
Number of tenders received from other EU Member States:0
Number of tenders received 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
V.2.3) Name and address of the contractor
Official name: Covaris
Postal address: 3 Hunns Mere Way
Town: Brighton
Postal code: BN26AH
Country: United Kingdom
Telephone: +44 7525415032
Nuts code:
The contractor is an SME no

V.2.4) Information on value of the contract/lot(excluding VAT)
Total value of the contract/lot:500000
Currency:GBP

Section VI: Complementary information
VI.3) Additional information:
(WA Ref:111118)
VI.4) Procedures for review
VI.4.1) Review body
Official name: High Court
Postal address: Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501

VI.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.

VI.5) Date of dispatch of this notice:
2021-06-03