Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Alder House, Alder Court, St Asaph Business Park
St Asaph
LL17 0JL
Telephone
+44 1443848585
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://nwssp.nhs.wales/ourservices/procurement-services/
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
one.2) Information about 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
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.etenderwales.bravosolution.co.uk
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
CLI-OJEU-50937 Ultra-High Resolution Human Leukocyte Antigen (HLA) Typing for the Welsh Bone Marrow Donor Registry
Reference number
CLI-OJEU-50937
two.1.2) Main CPV code
- 85121200 - Medical specialist services
two.1.3) Type of contract
Services
two.1.4) Short description
NWSSP Procurement Services, hosted by Velindre University NHS Trust, and the Welsh Bone Marrow Donor Registry (WBMDR), part of Welsh Blood Service, are seeking to appoint a suitably qualified contractor to perform Ultra-High Resolution HLA Typing.
The Welsh Bone Marrow Donor Registry (WBMDR) recruits volunteer donors via blood sample and cheek swab (buccal swab) to support stem cell transplantation. The WBMDR has different typing and testing requirements depending on sample type:
For whole blood samples: We require Ultra High Resolution (UHR) HLA-A, B, C, DRB1, DQA1, DQB1, DPA1, DPB1 and DRB3/4/5 HLA typing. The provision of CCR5 testing from whole blood samples is desirable.
For cheek swab samples: We require Ultra High Resolution (UHR) HLA-A, B, C, DRB1, DQA1, DQB1, DPA1, DPB1 and DRB3/4/5 HLA typing as well as ABO/Rh and CMV testing.
Please refer to the Specification within the Invitation to Tender document.
two.1.5) Estimated total value
Value excluding VAT: £960,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85111810 - Blood analysis services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
NHS Wales Shared Services Partnership, Procurement Services hosted by Velindre University NHS Trust is looking to award a contract for Ultra-High Resolution Human Leukocyte Antigen (HLA) Typing for the Welsh Bone Marrow Donor Registry (a division of Welsh Blood Service) by inviting Bidders to tender for this ITT.
The WBMDR oversees the recruitment of unrelated bone marrow volunteer donors and has an agreed target of recruiting 4000 new donors to the WBMDR stem cell donor panel each year.
Bidders must be able to deliver the HLA types of at least 4000 stem cell donors per annum at ultra-high resolution typing level for HLA-A, B, C, DRB1, DQB1 and DPB1 using next generation sequencing approach. Bidders must be able to deliver the HLA types of at least 4,000 stem cell donors per annum at allele level typing level for HLA-A, B, C, DRB1, DQB1 and DPB1 using a next generation sequencing approach (NGS).
Please refer to the Specification found at Appendix A of the ITT document for full information.
The contract will be for an initial period of three (3) years with the option to extend for a further two (2) years (maximum five year contract).
two.2.5) Award criteria
Quality criterion - Name: Core Requirements / Weighting: 20
Quality criterion - Name: HLA Result Reporting / Weighting: 10
Quality criterion - Name: Novel HLA Alleles / Weighting: 5
Quality criterion - Name: Timescales/Key Performance indicators / Weighting: 5
Quality criterion - Name: Service Levels & Performance / Weighting: 10
Quality criterion - Name: Reporting of Results / Weighting: 10
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £960,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 July 2023
End date
30 June 2026
This contract is subject to renewal
Yes
Description of renewals
Option to extend contract for a further two (2) years to 30/06/2028
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As set out in ITT documents
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
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Must be accredited to the standards set out within the procurement documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-020483
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 March 2023
Local time
12:00pm
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 March 2023
Local time
12:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=128474
(WA Ref:128474)
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom