Tender

CLI-OJEU-50937 Ultra-High Resolution Human Leukocyte Antigen (HLA) Typing for the Welsh Bone Marrow Donor Registry

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice identifier: 2023/S 000-002312

Procurement identifier (OCID): ocds-h6vhtk-035688

Published 25 January 2023, 2:46pm



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

Email

Joanne.liddle@wales.nhs.uk

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