Section one: Contracting authority
one.1) Name and addresses
NHS Blood and Transplant
203 Longmead Rd, Avon
Bristol
BS16 7FG
Contact
Paul Jones
Country
United Kingdom
NUTS code
UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
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
Primary Blood Grouping Managed Service Contract
Reference number
NHSBT1476
two.1.2) Main CPV code
- 73430000 - Test and evaluation
two.1.3) Type of contract
Services
two.1.4) Short description
This Procurement is for a single provider Framework Agreement for the provision of a Primary Blood Grouping Managed Service to the Authority (NHS Blood and Transplant). The Service will be provided over two sites namely, Manchester and Filton. Further information can be found by downloading the associated ITPN Documents from this E-Sourcing Portal.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38434520 - Blood analysers
- 38434520 - Blood analysers
- 71632000 - Technical testing services
- 33696200 - Blood-testing reagents
- 48921000 - Automation system
- 85111810 - Blood analysis services
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 Service, which must include all the necessary Equipment, Goods, 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 Service 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 Equipment should also be compatible with NHSBT’s manufactured reagents and where possible, with those from third party reagent suppliers. NHSBT requires a high throughput blood and non-blood donation screening for primary blood grouping testing system(s), for ABO and Rh D typing (as a minimum DIV, DV and DVI), antibody screening and red cell phenotyping including Rh for donor blood samples. As a minimum, the Service provided must be capable of undertaking the testing of blood and non-blood donor samples and providing accurate results for the following:• ABO group• Rh phenotype D, C, c, E, e • Kell • Atypical antibody screen• High titre anti-A and anti-B screening• Red cell phenotypes S, s, Jka, Jkb (test system should include an option of Cw and M).
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 rules and guidance for pharmaceutical manufacturers and distributors. The annual estimated throughput of the NHSBT primary automated blood sample testing equipment tests approximately 1,500,000 to 1,700,000 donations (of which ca. 1500 - 2100 are non-blood donors) are tested per annum across two NHSBT testing sites, namely Manchester and Filton.
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 is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 March 2033
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 April 2022
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: 31 March 2023
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
NHS Blood and Transplant
500 North Bristol Park
Bristol
BS34 7QH
Country
United Kingdom