Tender

Microbiology Serology & Ancillary Services

  • NHS Blood and Transplant

F02: Contract notice

Notice identifier: 2022/S 000-006371

Procurement identifier (OCID): ocds-h6vhtk-031f7c

Published 8 March 2022, 7:49pm



Section one: Contracting authority

one.1) Name and addresses

NHS Blood and Transplant

500 North Bristol Park

Bristol

BS34 7QH

Contact

Tennille Madigan

Email

tennille.madigan@nhsbt.nhs.uk

Country

United Kingdom

NUTS code

UKK11 - Bristol, City of

National registration number

NHS Blood and Transplant

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

http://health.atamis.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://health.atamis.co.uk

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

http://health.atamis.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

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

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals