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
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
Flow Cytometry Managed Service Contract
Reference number
BCU-OJEU-46049
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 a Flow Cytometry Managed Service Contract. Flow Cytometry is highly specialised laboratory testing that includes the diagnosis and follow-up of haematological malignancy, enumeration of stem cells, lymphocyte subset, and the estimation of foetal-maternal haemorrhage. This service 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: £1,622,746.20
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
- 38000000 - Laboratory, optical and precision equipments (excl. glasses)
- 38434510 - Cytometers
two.2.3) Place of performance
NUTS codes
- UKL12 - Gwynedd
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
Originally published as:
Date
28 July 2021
Local time
12:00pm
Changed to:
Date
11 August 2021
Local time
12:00pm
See the change notice.
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
28 July 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_88010
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=111459
(WA Ref:111459)
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