Section one: Contracting authority
one.1) Name and addresses
NHS Blood and Transplant
500 North Bristol Park
Bristol
BS34 7QH
Contact
Tennille Madigan
Country
United Kingdom
NUTS code
UKK11 - Bristol, City of
National registration number
NHS Blood and Transplant
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
Microbiology Serology & Ancillary Services
two.1.2) Main CPV code
- 33124110 - Diagnostic systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
This Procurement is for a single provider of a Microbiology Serology Managed Service Contract to the Authority (NHS Blood and Transplant). The Service will be provided over a number of sites Manchester, Filton and Colindale. Further information can be found by downloading the associated ITT Documents from this portal.
two.1.5) Estimated total value
Value excluding VAT: £150,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33698100 - Microbiological cultures
- 33124130 - Diagnostic supplies
- 33141625 - Diagnostic kits
- 33696500 - Laboratory reagents
- 33698100 - Microbiological cultures
- 85111800 - Pathology services
- 33124130 - Diagnostic supplies
- 33124110 - Diagnostic systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
NHSBT Filton, 500 North Bristol Park Northway, Filton, Bristol BS34 7QH
NHSBT Manchester, Plymouth Grove, Manchester M13 9LL
NHSBT Colindale, Charcot Road, Colindale, London NW9 5BG
two.2.4) Description of the procurement
NHSBT requires a direct contractual relationship with either a manufacturer or any other economic operator for a complete end-to-end integrated solution for the Microbiology Serological and Ancillary Testing of blood and non-blood donations, which must include all the necessary equipment, assays, reagents, installation, maintenance (planned and un-planned), consumables, software including an inter-operability provision with NHSBT’s existing IT infrastructure and overall on-going support mechanism that may be required to carry out the necessary testing as stated below for the duration of the Framework Agreement. 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) (or any replacement system) without the need for changes to PULSE (or any replacement system).
The current contract held with NHSBT for the Microbiology Serology Service includes the supply of the mandatory and selective serology assays, consumables, instrumentation, uninterruptable power supply and software required for result management and interface(s) with host systems; including servers to support the IT infrastructure.
Mandatory testing is undertaken on all blood and non-blood donations. The assays currently required include: Hepatitis B (HBsAg), Human immunodeficiency virus (HIV 1&2 Ab/Ag), Hepatitis C (anti-HCV), syphilis antibodies, and anti-HBc for non-blood donations. These tests are undertaken on high throughput automated equipment. Additional discretionary testing is also undertaken on select donations. These include testing for human T- lymphotropic virus (anti-HTLV), cytomegalovirus (anti-CMV), malarial antibody (anti-malaria), Hepatitis B antibodies (anti-HBc & anti-HBs) and Trypanosome cruzi (anti-T. cruzi). Deceased (non-heart beating) donor screening is performed at Microbiology Services Laboratory (MSL), Colindale and the assays used in MSL Colindale must be suitable for deceased donor screening. This Framework Agreement will also cover any further, replacement or future Microbiology Serology and Ancillary Testing Service requirements for the duration of the Framework, including without limitation, Goods, Equipment and Software.
The Successful Tenderer must be prepared to undertake a KEG Assessment (Kit Evaluation Group) of the assays prior to the award of the Framework Agreement and Contract..
There is a requirement for automated instrumentation to enable high throughput testing of mandatory and discretionary testing for blood and non-blood donors, archiving and long-term storage of plasma samples as part of this Framework Agreement. Instrumentation for sample sorting is also for consideration.
All Microbiology Serology testing requirements must be in accordance with the Guidelines for the Blood Transfusion service in the United Kingdom (https://www.transfusionguidelines.org/red-book) and rules and guidance for pharmaceutical manufacturers and distributors from time to time in force.
NHSBT currently undertakes Microbiology Serology testing on approximately 1,500,000 donations per annum. The testing capacity is expected to grow over the course of the contractual term.
The Tenderer must be able to facilitate tests for other ancillary services that may be determined as Microbiology Serology from time to time. The Tenderer must also be able to accommodate technological and digital changes in the current and future such that NHSBT is able to access the state-of-the art digital developments and IT solutions in the diagnostics market.
two.2.5) Award criteria
Price
two.2.6) Estimated value
Value excluding VAT: £150,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
31 March 2023
End date
28 February 2048
This contract is subject to renewal
No
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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.2.2) Time limit for receipt of tenders or requests to participate
Date
12 April 2022
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: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 April 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court
Strand
London
WC2A 2LL
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom