Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
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.3) Communication
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
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
Rapid Molecular Testing Service for Public Health Wales
two.1.2) Main CPV code
- 33696500 - Laboratory reagents
two.1.3) Type of contract
Supplies
two.1.4) Short description
Public Health Wales, in advance of a tender, would like to invite companies to provide their bespoke options for a rapid molecular service based on 2 lots for Wales at a user engagement session on the 27th February 2023 at Public Health Wales, 2 Capital Quarter, Tyndall Street, Cardiff, CF10 4BZ.
-Lot 1 being essential supporting pneumonia and meningoencephalitis syndromic algorithm.
-Lot 2 being desirable supporting bone and tissue; gastrointestinal and sexual transmitted syndromic algorithm.
Interested parties will be offered a user engagement session, further details available from the contracting authority.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.2) Description
two.2.1) Title
Essential supporting pneumonia and meningoencephalitis syndromic algorithm.
Lot No
1
two.2.2) Additional CPV code(s)
- 33696500 - Laboratory reagents
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
All Wales service.
two.2.4) Description of the procurement
Essential supporting pneumonia and meningoencephalitis syndromic algorithm.
* Offer must include all instruments, consumables, reagent, support, service and maintenance.
* Consideration needs to be taken into capital money investment by Welsh Government in new equipment (BioFire Film Arrays; ePlex and Cepheid) to support rapid diagnosis in the pandemic as these still have an expected shelf life of another 5 years.
* In addition, we have some reagent rental instruments in the Network.
* Minimal processing time will be required for specimen investigation.
* Speed of turnaround time for result will be essential.
* Multiplex will be preferred over singleplex targets.
* Software interpretation of result and interface to LIMS is essential.
* High negative predictive, Sensitivity and Specificity is essential.
* Reduce the need for specialist technical interpretation and handling.
* Instruments and associated reagents must be complaint with UK Quality marking for equipment, reagents and consumables.
* The service is to be fully functional by 1st July 2023.
* The current estimates on numbers is a minimum of 20 rapid test per site in the network.
* There are 12 Public Health Wales sites with potential to include 3 non-Public Health Wales sites.
* Maintain and provide the ability to meet the increase demand and a robust supply chain.
* Support our adherence to antibiotic sensitivity testing and reporting guidelines.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Desirable supporting bone and tissue; gastrointestinal and sexual transmitted syndromic algorithm.
Lot No
2
two.2.2) Additional CPV code(s)
- 33696500 - Laboratory reagents
two.2.3) Place of performance
NUTS codes
- UKL - Wales
Main site or place of performance
All Wales service.
two.2.4) Description of the procurement
Desirable supporting bone and tissue; gastrointestinal and sexual transmitted syndromic algorithm.
* Offer must include all instruments, consumables, reagent, support, service and maintenance.
* Consideration needs to be taken into capital money investment by Welsh Government in new equipment (BioFire Film Arrays; ePlex and Cepheid) to support rapid diagnosis in the pandemic as these still have an expected shelf life of another 5 years.
* In addition, we have some reagent rental instruments in the Network.
* Minimal processing time will be required for specimen investigation.
* Health and Safety during the processing must minimise any potential incident, hazard or risk.
* Speed of turnaround time for result will be essential.
* Multiplex will be preferred over singleplex targets.
* Software interpretation of result and interface to LIMS is essential.
* High negative predictive, Sensitivity and Specificity is essential.
* Reduce the need for specialist technical interpretation and handling.
* Instruments and associated reagents must be complaint with UK Quality marking for equipment, reagents and consumables.
* The service is to be fully functional by 1st July 2023.
* The current estimates on numbers is a minimum of 20 rapid test per site in the network.
* There are 12 Public Health Wales sites with potential to include 3 non-Public Health Wales sites.
* Maintain and provide the ability to meet the increase demand and a robust supply chain.
* Support our adherence to antibiotic sensitivity testing and reporting guidelines.
* A robust and resilient support post service implementation.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.3) Estimated date of publication of contract notice
6 March 2023
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
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.2.5) Scheduled date for start of award procedures
2 May 2023
Section six. Complementary information
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
1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.
2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.
3. The Contracting Authority will not accept completed ITT's after the stated closing date.
4. All documents to be priced (where applicable) in sterling and all payments made in sterling.
5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.
6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Public Health Wales NHS Trust
(WA Ref:128781)
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
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
NHS Wales Shared Services Partnership on behalf of Public Health Wales NHS Trust will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract.
Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful.
Should additional information be required it should be requested of the addressee in section I.1.
Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts (Amendments) Regulations 2015