HomeMy WebLinkAboutMINUTES - 11062007 - C.95 �r
000,
TO: BOARD OF SUPERVISORS `�� F� L '6ontra
FROM: William Walker, M.D., Director
Contra Costa Health Services °' ___ l Costa
DATE: October 17, 2007 - County
r�CfSiiH'r, J
SUBJECT: Approval of Blanket Purchase Order
with Ortho Clinical Diagnostics
SPECIFIC REQUEST(S)OR RECOMMENDATION(S)&BACKGROUND JUSTIFICATION
RECOMMENDATION:
APPROVE AND AUTHORIZE THE PURCHASING AGENT TO EXECUTE A PURCHASE ORDER, ON BEHALF OF THE
PUBLIC HEALTH LABORATORY, IN THE AMOUNT OF$968,291.00 TO LEASE THE VITROS ECI ANALYZERS, AND
PURCHASE THE REQUIRED REAGENTS AND SUPPLIES TO PERFORM TESTS.
FINANCIAL IMPACT:
THE EQUIPMENT COST$376,583 IS TO BE BUDGETED OVER THE 5-YEAR LEASE PERIOD, STARTING WITH
2007/2008. THE SUPPLY PORTION IS SPREAD OVER THE 5-YEAR TERM. EXPECTED REVENUE IS APPROXIMATELY
$9,000,000.00 OVER THE 5-YEAR TERM.
BACKGROUND:
THE PUBLIC HEALTH LABORATORY HAS BEEN USING THIS SYSTEM TO PERFORM HEPATITS AND RUBELLA
TESTING FOR THE MEDICAL CENTER AND OTHER PUBLIC HEALTH CLINICS FOR THE LAST S YEARS. THIS
CONTINUED ON ATTACHMENT: ix- SI NATURE:
—IZIRECOMMENDATION OF COUNTY ADMINISTRATOR RECOMMENDATION OF BOARD COMMITTEE
APPROVE ER
SIGNATURE(S) 11__
ACTION OF BOARD 0 D (2 APPROVED AS RECOMMENDED_ OTHER
VOTE OF SUPERVISORS I HEREBY CERTIFY THAT THIS IS A TRUE
UNANIMOUS (ABSENT–" AND CORRECT COPY OF AN ACTION TAKEN
AYES: NOES: AND ENTERED ON THE MINUTES OF THE BOARD
ABSENT: ABSTAIN: OF SUPERVISORS ON THE DATE SHOWN.
Contact Person: ATTESTED
JOHN CULLEN, CLERK OF THE BOARD OF
CC: Health Services Department flta•1•1 ) SUP RVISORS AND COUNTY ADMINISTRATOR
Auditor Controller
Contractor BY ' DEPUTY
r ' I
�(o7
Board Order
Page 2
PURCHASE WILL ALLOW FOR THE CONTINUATION OF THE TESTING SO THERE WILL BE NO DISRUPTION OF
SERVICE.
SUPPLEMENTAL APPROVAL FORM FOR ITEMS OVER $25,000
Department: .)V4 V I CSS - PV61 it�x�u-1'h Date: 10 t m O 1
Authorized Requestor: )& 01-&tA Telephone: S l 3 - 7 0
Authorized Requestor Signature: AN aray
1. Item: cl a bM&Lqer,; E C 1 Q
-kis c s ,.�- I
er af Ls
2. Single Item ❑ Integrated System
3. How does this purchase meet the Departments operational needs?
"t it �W - - 6Q h
C&A-Z{-Tj .er �ubl�� I-�ea.�-} ► cls n��s �r
VS . 1 a
Will 6e noAmcvyb-a�nI co, .
4. Estimated cost of equipment: 002.4- POW Dhn� 1V&X .d`S
5. Funding Source: 5 5 - 6 V OA4 c
QY yt 4rryA 44 4-t i I I Ian
by" 5
7. County Ad trator Approval
Sig ture: Date: /716
CRITERIA FOR
SOLE SOURCEBRAND
Please address by specific reference each question listed below (1-5) in your
justification. Failure to respond to any of the questions may result in the rejection of your
request.
1. Why was the particular product and/or vendor selected?
Ortho-Clinical is the sole source provider for reagents for the Vitros Eci Analyzer.
The Public Health Lab has validated this instrument for testing of Hepatitis
antibody markers and Rubella antibody. In year 2008, HIV antibody will also be
tested on this analyzer.
2. What are the unique performance factors of the selected product/service? Provide
detailed specifications and descriptions.
This analyzer is unique in that it can perform random access and test several test
on one serum sample. Also, it has all the markers available on the analyzer used
by the Public Health Lab. Each of these markers have been validated and
verified by the Public Health Lab.
3. Why are these specific factors required?
The random access performance factor is important because it saves the
microbiologist a lot of time, and also it saves the serum sample in that it uses
very little serum for each test.
4. What other products/services have been examined and rejected?
The Public Health Lab used to use the Abbott IMx and PPC systems to perform
these same tests. That testing system is now obsolete and is no longer
available.
5. Why are other sources providing like goods or services unacceptable? (Full
explanation.)
The Bayer Centaur system was unacceptable due to possibility of false positives
in it's testing of HAV IgM antibody.
CCC Sole Source Procedure Page 1 of 2
ESTIMATION OF IMMUNOLOGY REVENUE WITH ORTHO ECI INSTRUMENT
ANNUAL 5YEAR
TEST VOLUME AMOUNT TOTAL TOTAL
ANTI-HBC 4200 $50 $210,000 $1,050,000
ANTI-HBC IGM 1300 $45 $58,500 $292,500
ANTI-HBS QUANT 2400 $43 $103,200 $516,000
ANTI-HCV 5000 $108 $540,000 $2,700,000
HBSAG 8100 $50 $405,000 $2,025,000
RUBELLA IGG 3000 $20 $60,000 $300,000
ANTI-HAV IGM 2000 $47 $94,000 $470,000
ANTI-HAV TOTAL 4000 $84 $336,000 $1,680,000
$1,806,700 $9,033,500