Tender

Managed Service for the Bacterial Screening of Platelets

  • NHS Blood and Transplant

F02: Contract notice

Notice identifier: 2023/S 000-005555

Procurement identifier (OCID): ocds-h6vhtk-03590d

Published 24 February 2023, 1:48pm



Section one: Contracting authority

one.1) Name and addresses

NHS Blood and Transplant

500 North Bristol Park

Bristol

BS34 7QH

Contact

Jo Murphy

Email

jo.murphy@nhsbt.nhs.uk

Telephone

+44 1179212718

Country

United Kingdom

Region code

UKK11 - Bristol, City of

Internet address(es)

Main address

https://www.nhsbt.nhs.uk/

Buyer's address

https://www.nhsbt.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://health-family.force.com/s/Welcome

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

Managed Service for the Bacterial Screening of Platelets

two.1.2) Main CPV code

  • 85111810 - Blood analysis services

two.1.3) Type of contract

Services

two.1.4) Short description

NHSBT are looking for a fully integrated, high throughput, automated bacterial screening system which can detect bacterial contamination in platelet components. The system will be used in Filton (Bristol), Manchester and Colindale (London) where approximately 270,000 adult therapeutic doses of platelets are manufactured each year.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48921000 - Automation system
  • 71900000 - Laboratory services
  • 71632000 - Technical testing services
  • 85111810 - Blood analysis services
  • 71600000 - Technical testing, analysis and consultancy services
  • 85146000 - Services provided by blood banks
  • 38434520 - Blood analysers
  • 33698100 - Microbiological cultures

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

NHSBT requires a direct contractual relationship with either the manufacturer or any other economic operator for a complete end-to-end integrated solution, which must include all the necessary equipment, installation, maintenance, consumables, reagents, software, including an inter-operability provision with NHSBT’s existing IT infrastructure, and an overall on-going support mechanism that may be required to carry out the necessary testing as stated below. All invitro diagnostic medical devices, for example, instruments, consumables, and reagents must be CE/UKCA marked. GB will continue to recognise CE marking under the IVDD or IVDR until 30 June 2023 and from 1 July 2023 devices placed on the GB market must be UKCA marked under the UK MDR 2002 as amended. The end-to-end solution must be capable of producing test results in a format that can be utilised by NHSBT’s host IT system (PULSE) without the need for changes to PULSE.

NHSBT are looking for a fully integrated, high throughput, automated bacterial screening system which can detect bacterial contamination in platelet components. The system will be used in Filton (Bristol), Manchester and Colindale (London) where approximately 270,000 adult therapeutic doses of platelets are manufactured each year. The system must be CE/UKCA marked. Additional requirements to be included with the managed service contract include:
- continuous calibrated temperature monitoring
- ability to integrate with NHSBT information management system
- alerting software (for positive results, hardware errors, temperature excursions)
- consumables (including, but not limited to, sterile sampling connecting devices)

All test protocols must be in accordance with the Guidelines for the Blood Transfusion service in the United Kingdom (https://www.transfusionguidelines.org/red-book) and the Good Practice Guidelines for Blood Establishments that are Required to Comply with Directive 2005/62/EC. These are published in the 20th edition of the Guide to the preparation, use and quality assurance of blood components.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £29,270,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

3 x 1 year extension options.

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.1.2) 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.1.1) 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 000-021457

four.2.2) Time limit for receipt of tenders or requests to participate

Date

28 March 2023

Local time

5:00pm

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

Tender must be valid until: 28 September 2023

four.2.7) Conditions for opening of tenders

Date

28 March 2023

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.2) Body responsible for mediation procedures

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.4) Service from which information about the review procedure may be obtained

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/