Saturday 31 March 2012

31/03/2012 tenders 40

UK-Salisbury: electronic detection apparatus
The Development of an Automated Electrowetting Based Droplet Actuation System. Electronic detection apparatus. Automated Electrowetting Based Droplet Actuation System. CPV: 31642000. ...


UK-Edinburgh: analytical, scientific, mathematical or forecasting software package
Purchase of a licence to operate Optima live software modules. The Scottish Ambulance Service is seeking to procure a licence to operate additional software modules to enhance the Optima predict software package licence procured in May 2011. The Optima software suite contains discrete strategic modules which are explicitly designed to be combined with existing Optima predict software to provide enhanced real time decision support. CPV: 48460000. ...


UK-Belfast: microscopes
PaLS - Neurosurgical Operating Microscope. Neurosurgical Operating Microscopes. CPV: 38510000. ...


UK-Bangor: spectrometers
Purchase of NMR Spectrometer. Provision of an NMR spectrometer together with autosampler and on or off line sample handling equipment for automated measurement of HPLC fractions; and refurbishment / updating of Bangor University's current 500MHz NMR machine. CPV: 38433000. ...


UK-Huntingdon: payroll management services
Payroll and Pension Service. Payroll management services. Payroll and pension services, seperate lots for e-rostering and bank management system. CPV: 79211110. ...


UK-Huddersfield: district heating
Supply, Installation, Commissioning and Maintenance of Heat Meters, Pre-Payment Meters & Ancillary Equipment. District heating. Energy meters. Kirklees Council wishes to appoint a suitably qualified and experienced supplier for the supply, installation, commissioning and maintenance of heat meters, pre-payment meters, ancillary equipment (including removal and disposal of old equipment) and administration services for Kirklees Neighbourhood Housing District Heating schemes as part of the Energy Innovation in Deprived Communities project part financed by the European Union's European Regional Development Fund. CPV: 09323000, 38551000. ...


UK-Bristol: construction materials and associated items
Construction Materiel & Associated Equipment. Construction materials and associated items. Enabling Arrangement for the supply of a large range of building, electrical and general stores for a minumum period of 3 years. CPV: 44100000. ...


UK-Reading: plants used in pharmacy
Tender for provision of Pharmacy Automated Dispensing System. Plants used in pharmacy. For supply, installation and maintenance of a Phamracy Automated Dispensing System, for storing and dispensing drugs. CPV: 03117120. ...


UK-Derby: pharmaceutical products
Provision of service for the supply of Luteinising Hormone Releasing Hormone (LHRH) analogues for prostate cancer within Primary Care across Derbyshire. In October 2010 MTRAC (Midlands Therapeutic Review and Advisory Committee) produced a commissioning support document for the treatment of prostate cancer. http://195.62.199.219/pctsla/mtrac/productinfo/Summaries/L/Leuprorelin2.pdf. This concluded that: — if the assumption is made that the LHRH analogues have equivalent efficacy and safety, and ignoring the differences in licensed indications, the main commissioning issue is cost, and the cheapest preparation should be used, — the comparative costs of the different LHRH analogues depend on whether the monthly or three-monthly preparation is used, — commissioners should engage with providers to reach agreement on product use to achieve the most economic model for LHRH agonist use across the health economy. This should take into account product price, local discounts available from manufacturers, and fees paid for administration, — there are a variety of LHRH analogues available; their licensed indications for the treatment of prostate cancer differ. There has been a service across Derbyshire that allows Consultants to use any LHRH analogue product in the treatment of prostate cancer. Continuation of treatment then continues in the primary care setting under the supervision of GPs. GPs and consultants can select from a range of products that are licensed for this use. This has resulted in a disparity of rates prescribed and administered by GPs and at a varied cost rate to the PCT. Historically, these products have never been market tested and there no formal commercial arrangements in place with Providers. The total annual expenditure is approximately £1.2m per annum although it should be noted that the products have other licensed indications. Derbyshire Medicines Management team covers both NHS Derby City (i.e. Derby City PCT) and NHS Derbyshire County (i.e. Derbyshire County PCT) with a joint population of around 960,000. The Medicines Management team are reviewing all aspects that relate to prescribing and have identified LHRH as an area where savings can be made, whilst maintaining quality of care, and without compromising patient safety. NHS Derby City and NHS Derbyshire County have a legal responsibility to provide comprehensive, effective and accessible health services to its population within a finite resource, which includes the provision and administration of LHRH analogue products. One of the objectives is to support the standardisation of prescribing in Primary Care across the PCTs to ensure best practice and consistency across all GP Practices. NHS Derby City has conducted this Procurement for itself and as agent for the Partner Organisation. CPV: 33600000. ...


MT-Gwardamangia: pacemaker
Implantable cardiac resynchroisation therapy - defibrillator with leads (ICD). Totally implantable device to detect and treat ventricular tachycardia (VT) and ventricular fibrillation (VF) automatically. The device must: 1. Detect VT and VF; 2. Discriminate VT/VF from supra-ventricular tachycardias using a variety of techniques; 3. Deliver appropriate therapy: antitachycardia pacing, low energy cardioversion, high energy defibrillation; 4. Deliver bradycardia back-up pacing. The device must be fully programmable non-invasively in all its essential parameters. The lead connectors should be compatible with international standards: IS-1 and DF-1 leads. The device must be implantable in a subcutaneous pre-pectoral pocket. Preference will be given to devices that are: 1. Small and light; 2. Equipped with more extensive criteria and proven algorithms to discriminate supra-ventricular from ventricular tachyarrhythmias; 3. Equipped with user-friendly programmers; 4. Capable of storing electrograms and a full range of diagnostics; 5. Capable of minimising ventricular pacing in the presence of a satisfactory intrinsic rhythm. Longevity, diagnostics and extra features will be taken into consideration when awarding the tender. Quote must include: 1. Cardioverter-defibrillator box; 2. A variety of defibrillator / pacing electrodes and all accessories; 3. External programmers (if not already available to the Health Department); 4. Full product specialist support, including the presence of a specialist during the actual implantation procedure. Three separate prices must be given: A. ICD with ventricular pacing/sensing only; B. ICD with atrial and ventricular pacing/sensing; C. ICD with atrial and multi-site ventricular pacing/sensing. The tenderer is to supply the following information about each of the products offered and compile it as per the following chart: 1. Volume of device cm3; 2. Weight of device g; 3. Dimensions of device (length x breadth x thickness) mm; 4. Maximum delivered energy J; 5. Charge time to maximum delivered energy (at beginning of life with formed capacitors) s; 6. Total EGM storage capacity min; 7. Longevity at 100 % pacing (2.5 V, 0.4 ms, 60 bpm, 500 W); 12 months shelf-life; quarterly shocks y; 8. Longevity reduction due to EGM pre-storage on for the life of the device y; 9. Presence of atrial fibrillation pacing suppression algorithm yes/no; 10. Presence of algorithm to reduce unnecessary ventricular pacing yes/no. Regarding the SVT differentiation algorithm in dual-chamber or CRT devices, the tenderer is to supply the following additional information as per the following chart: Name of differentiation algorithm: Sensitivity: %. Specificity: %. Positive predictive value: %. Data in above two tables is to be backed by scientific studies which must be provided. The tenderer should also supply dummy devices of identical physical size and weight (unless similar units have already been implanted previously). The Health Department reserves the right to choose to purchase the device that best fits our specifications, taking into consideration the particular clinical needs of the individual patient into which the implant will be performed. The validity of the offer should be for 12 months. Purchase will be made whenever the clinical need arises. Delivery time should be no longer than 72 hours from confirmation of order. If better products have been developed from the time the tender is adjudicated to the time the device is actually needed, the Health Department reserves the right to purchase the better product. CPV: 33182210. ...


No comments:

Post a Comment