Tender

Automated Blood Sciences Managed Service Contract

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice identifier: 2021/S 000-008603

Procurement identifier (OCID): ocds-h6vhtk-02a90c

Published 22 April 2021, 11:25am



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Alder House

St Asaph

LL17 0JL

Contact

Mathew Williams

Email

mathew.williams4@wales.nhs.uk

Telephone

+44 1745366804

Country

United Kingdom

NUTS code

UKL - Wales

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

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

https://etenderwales.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/login.shtml

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

Automated Blood Sciences Managed Service Contract

Reference number

BCU-OJEU-44837

two.1.2) Main CPV code

  • 85111800 - Pathology services

two.1.3) Type of contract

Services

two.1.4) Short description

BCUHB is seeking to appoint a suitably qualified contractor to provide automated IVD systems for pre-analysis, analysis and post-analysis, to support an integrated Blood Science laboratory service for BCUHB on the Ysbyty Gwynedd, Ysbyty Glan Clwyd and Wrexham Maelor Hospital sites. This will include equipment, maintenance, consumables, reagents, information technology and training by way of managed service contract (the “Requirement”). BCUHB will seek to implement a solution that provides for standardisation of laboratory policies, processes, test profiles and rationalisation of testing in addition to integrating efficient workflows via data analysis and contract management.

two.1.5) Estimated total value

Value excluding VAT: £37,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85111810 - Blood analysis services

two.2.3) Place of performance

NUTS codes
  • UKL12 - Gwynedd
  • UKL13 - Conwy and Denbighshire
  • UKL23 - Flintshire and Wrexham

two.2.4) Description of the procurement

BCUHB is seeking to appoint a suitably qualified contractor to provide automated IVD systems for pre-analysis, analysis and post-analysis, to support an integrated Blood Science laboratory service for BCUHB on the Ysbyty Gwynedd, Ysbyty Glan Clwyd and Wrexham Maelor Hospital sites. This will include equipment, maintenance, consumables, reagents, information technology and training by way of managed service contract (the “Requirement”). BCUHB will seek to implement a solution that provides for standardisation of laboratory policies, processes, test profiles and rationalisation of testing in addition to integrating efficient workflows via data analysis and contract management.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

Optional 7 year extension

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Key Performance Indicators included


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

Date

17 June 2021

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 June 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

Tender conducted via etenderwales - itt_86299

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=110017

(WA Ref:110017)

The buyer considers that this contract is suitable for consortia.

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