Section one: Contracting authority
one.1) Name and addresses
NHS Blood and Transplant
500 North Bristol Park
Bristol
BS34 7QH
Contact
Jo Murphy
Telephone
+44 1179212718
Country
United Kingdom
Region code
UKK11 - Bristol, City of
Internet address(es)
Main address
Buyer's address
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