Procurement Summary
Country : Hong Kong
Summary : Supply and Installation of Spectrometers, Mass for Department of Chemical Pathology in Prince of Wales Hospital
Deadline : 27 Mar 2023
Other Information
Notice Type : Tender
TOT Ref.No.: 79714153
Document Ref. No. : NTEC/P&MM/T5B/CBV2324-T003 EOI
Financier : Self Financed
Purchaser Ownership : Public
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Expression of Interest are invited for Supply and Installation of Spectrometers, Mass for Department of Chemical Pathology in Prince of Wales Hospital (“Pwh”), New Territories East Cluster (“Ntec”), Hospital Authority (“Ha”)
M/D/O (Please tick as appropriate)
1.1.2 Validated chromatographic methods such as application notes
and published methods for the separation of each of the
following analytes in biological samples. The details of
chromatographic separation shall include but not be limited to the
composition and gradient of the mobile phase solutions, flow
rate, injection volume, total run time and type and temperature of
analytical column.
(a) Plasma amino acids
(b) Plasma renin activity
(c) Plasma/serum aldosterone
(d) Plasma metanephrines
(e) Serum/plasma estrogens
(M)
1.1.3 Validated data acquisition methods such as application notes and
published methods of the tandem mass spectrometer (MS/MS)
for the detection of each of the following analytes in biological
samples. The details of mass spectrometric detection shall
include but not be limited to the adjustable parameters of ion
source and data acquisition. A nitrogen generation
complementary to the proposed SYSTEM shall be provided.
(a) Plasma amino acids
(b) Plasma renin activity
(c) Plasma/serum aldosterone levels
(d) Plasma metanephrines
(e) Serum/plasma estrogens
(M)
1.1.4 A data processing software for analysing the acquired mass
spectrometry (MS) data.
(M)
1.1.5 Connectivity to Laboratory Information System (LIS). This shall
include but not be limited to the hardware and software and their
customization to fulfil the requirements of LIS at Appendix I
and PWH.
(M)
1.1.6 If applicable, Tenderers shall provide a reliable anti-virus,
anti-spyware and anti-hacking solution for the medical
equipment/system on offer. The solution provided shall not affect
the normal performance of the equipment/system. Details of the
solution shall be stated. Tenderers shall regularly update the
anti-virus program. Preferably using hospital's virus definition,
that is, to connect to hospital network for the daily update of
anti-virus program. The successful Tenderer is required to follow
the latest HA network security policies and guidelines.
(M)
9
EOI Ref.: NTEC/P&MM/T5B/CBV2324-T003 EOI
Clause Description Type of
Clause
YES NO
(Provide
details)
M/D/O (Please tick as appropriate)
1.1.7 Provide uninterrupted power supply devices (UPS) to all
components specified in this tender specifications whenever
appropriate. The UPS shall be maintenance-free and sealed type
and equipped with environmental friendly batteries, to maintain
operation for at least 15 minutes during power failure.
(M)
1.2 The Tenderer shall provide brand new equipment and all the
related software.
(M)
1.3 Provide all reagents, quality controls, calibrators and
consumables as well as manpower of qualifying personnel for the
functional and acceptance testing of the equipment in this tender
specifications.
PWH reserves final right to design and decide the scope of
evaluation and its criteria of acceptance in concordance with
international standards, e.g. Clinical Laboratory Standard
Institute (CLSI) and laboratory-s accrediting bodies, e.g.
National Association of Testing Authorities, Australia and/or
Hong Kong Laboratory Accreditation Scheme (HOKLAS).
(M)
1.4 The SYSTEM shall occupy space as designated by PWH. The
Tenderer are required to perform a pre-tender site visit to study
and confirm space and associated facilities for the proposed
SYSTEM and shall confirm in writing that the conditions of the
installation site are suitable for equipment installation in their
tender submission. The proposed SYSTEM required more
physical space shall NOT be considered.
(M)
10
EOI Ref.: NTEC/P&MM/T5B/CBV2324-T003 EOI
Clause Description Type of
Clause
YES NO
(Provide
details)
M/D/O (Please tick as appropriate)
1.5 Site Renovation/ Modification
The Tenderer shall carefully study and confirm the existing
facilities and infrastructure in the designated area of PWH
including but not limited to gas exhaust, electricity supply, water
supply and concealed or under floor ducting being adequate and
suitable for the proposed SYSTEM. If site renovation/
modification is required for the accommodation, installation
and implementation of the proposed SYSTEM, the Tenderer
shall provide design, plan and details in the tender
submission. The Tenderer-s site modification work
requirements should be clearly depicted in appropriate drawings,
which should be accompanied by detailed information with
cross-reference, where applicable, to the drawings. The site
renovation/ modification work details shall include but not be
limited to the dimensions, layout, openings and other relevant
information regarding concealed or under-floor ducting for
electrical cables and other services.
The design, plan and details of the site renovation/ modification
shall be vetted and approved prior to the award of the contract
and the quality shall be evaluated and accepted after the
completion of site renovation/ modification by the Electrical and
Mechanical Services Department (EMSD) and PWH.
In addition, the Tenderer shall ensure the site renovation/
modification is conducted by quality constructor and its Quality
and Standard shall fulfil the requirements stipulated in clause 3.
Any site renovation/ modification related to the proposed
SYSTEM shall be at no cost.
(M)
1.6 The proposed SYSTEM shall be ready for live run with
compliance to all requirements of stated in this tender
specifications within 6 months from the date of tender award.
(M)
1.7 The Tenderer shall provide application specialist support for the
method development for at least 5 years. The methods to be
developed shall include but not limited to plasma amino acid,
plasma renin activity, plasma/serum aldosterone, plasma/serum
estrogens, etc.
(M)
1.8 Except for the parameters of sample preparation, all other
parameters of the application methods shall be directly loaded
into the Control software and data processing unit depicted in
clause 2.2.4 without manual data entry.
(M)
1.9 The Tenderer shall provide all the currently available methods
and continuously update the method database for every newly
developed and validated method throughout the serviceable life
of the SYSTEM.
(M)
Section II - Technical Specifications
11
EOI Ref.: NTEC/P&MM/T5B/CBV2324-T003 EOI
Clause Description Type of
Clause
YES NO
(Provide
details)
M/D/O (Please tick as appropriate)
2.1 Ultra performance Liquid Chromatography Unit
2.1.1 Liquid chromatography - temperature controlled solvent
delivery module
2.1.1.1 The module shall use binary solvent delivery design. It shall be
able to accommodate four different solvents in two solvent
channels. The user shall be able to choose in each solvent
channel between two different solvents.
(M)
2.1.1.2 The module shall use single or dual pressure transducers or
functionally equivalent design for module performance
monitoring.
(M)
2.1.1.3 The module shall have automatic and continuous
compressibility compensation to ensure stable solvent delivery.
Functionally equivalent design is also acceptable.
(M)
2.1.1.4 The module shall have the capability for direct or indirect
bubble detection.
(M)
2.1.1.5 The module shall have the capability for automatic or manual
priming of module fluidic path.
(M)
2.1.1.6 The module shall have a vacuum degassing system with at least
six chambers and separate channels for each mobile solution
and wash solvents.
(M)
2.1.1.7 The module shall be equipped with controllable valves or
equivalent design to deliver fast module priming and start-up
times.
(M)
2.1.1.8 Flow rate shall be ranged from 10 l/min to 2 ml/min or wider
range, in 1 l/min increments or finer.
(M)
2.1.1.9 Flow precision shall be ≤ ±0.1% relative standard deviation
(RSD) and flow accuracy shall be ±1% or better.
(M)
2.1.1.10 Maximum operating pressure shall not be less than 18, 000psi at
a flow rate of 1 ml/min.
(M)
2.1.1.11 The module shall be able to run high performance liquid
chromatography (HPLC) columns with particle sizes ranged
from sub-2 m to 7.0 m or wider range, at flow rates above 0.5
ml/min without any hardware modifications.
(M)
2.1.1.12 The module shall automatically condition and blend up to 2
solvents for isocratic or gradient operation with composition
accuracy of ≤± 0.5% and composition precision of ≤± 0.2%
(relative SD based on retention time).
(M)
2.1.1.13 Total system dwell volume shall be less than 110 µL. (M)
12
EOI Ref.: NTEC/P&MM/T5B/CBV2324-T003 EOI
Clause Description Type of
Clause
YES NO
(Provide
details)
M/D/O (Please tick as appropriate)
2.1.2 Liquid chromatography - automated sample management
module
2.1.2.1 The module shall have random access capability to any sample
vial for multi-method operation.
(M)
2.1.2.2 The module shall accommodate sample containers on plate and
rack formats: 96- or 384-well microtiter plate, 2 or 4 ml vials on
rack or equivalent.
(M)
2.1.2.3 The module shall be able to simultaneously accommodate at
least 2 plates or 2 racks for the above sample containers.
(M)
2.1.2.4 The module shall have capability to detect the presence of
sample containers before injection.
(M)
2.1.2.5 The module shall have the capability for washing the sampling
needle with at least 2 different continuous fresh solvents from
independent solvent reservoirs.
(M)
2.1.2.6 Sample carryover shall be 0.003%. (m)
2.1.2.7 typical sample volume delivery precision shall be 0.3% rsd. (m)
2.1.2.8 injection volume shall be ranged from 1l to 1000 l or wider
range, with an extended injection volume option.
(m)
2.1.2.9 the temperature of the sample compartment shall be maintained
from 4 to 40 ºc or wider range, programmable in 1 ºc
Documents
Tender Notice