Tender

Managed Service Contract for the Provision of Secondary Blood Grouping & Sickle Cell Testing

  • NHS Blood and Transplant

F02: Contract notice

Notice identifier: 2024/S 000-014870

Procurement identifier (OCID): ocds-h6vhtk-040cd2

Published 9 May 2024, 4:27pm



Section one: Contracting authority

one.1) Name and addresses

NHS Blood and Transplant

500 North Bristol Park

Bristol

BS34 7QH

Contact

Jo Murphy

Email

jo.murphy@nhsbt.nhs.uk

Telephone

+44 1179212718

Country

United Kingdom

Region code

UKK11 - Bristol, City of

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

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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

https://health-family.force.com/s/Welcome

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

Managed Service Contract for the Provision of Secondary Blood Grouping & Sickle Cell Testing

two.1.2) Main CPV code

  • 85111810 - Blood analysis services

two.1.3) Type of contract

Services

two.1.4) Short description

NHSBT is looking to award a Managed Service Contract for the supply of commercially available automated blood group testing equipment for use as a secondary testing technology for ABO and Rh D typing, antibody screening and identification, extended red cell phenotyping and HbAS (heterozygous sickle cell trait) screening for donor blood, tissues and stem cell (haemopoietic progenitor cells and therapeutic cells) samples.

two.1.5) Estimated total value

Value excluding VAT: £8,655,000

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
  • 85111810 - Blood analysis services
  • 38434520 - Blood analysers
  • 48921000 - Automation system
  • 71900000 - Laboratory services
  • 71632000 - Technical testing 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 solution, which must include all the necessary equipment, installation, maintenance, consumables, reagents, and IT provision of hardware, middleware and software, allowing interoperability over a private VPN between the supplier and NHSBT and connectivity to the NHSBT LIMS systems, and an overall on-going support mechanism that will be required to carry out the necessary testing as stated below.

A complete solution (test system) includes all necessary maintenance, consumables, software and overall support required to carry out the testing. All invitro diagnostic medical devices, for example, instruments, consumables, and reagents must be CE/UKCA marked. GB will continue to recognise CE marking until the UK requirements fully apply (subject to transitional arrangements set out for CE marked devices), in compliance with the UK Medical Devices Regulations 2002, as amended.

https://www.gov.uk/government/publications/implementation-of-the-future-regulation-of-medical-devices-and-extension-of-standstill-period/implementation-of-the-future-regulations

The system will be used in Filton (Bristol) and Manchester donor testing sites and the following is required for: (annual volume estimation in brackets):

- ABO (repeat tests from primary test systems and confirmatory testing (6,200 to 10,000).
- RhD (repeat tests from primary test system and confirmatory testing) (8,000 to 10,000)
- Antibody neat screen to detect clinically significant antibodies in plasma using a minimum of 3 screening cells (113,000)
- Antibody titre testing (1:10 and 1:50) to detect clinically significant antibodies in plasma at those dilutions using a minimum of 3 screening cells (6,800)
- Paediatric antibody neat screen to detect clinically significant antibodies in plasma using a minimum of 3 screening cells (135,000)
- Fya (60,000 to 73,000)
- Fyb (60,000 to 72,000)
- k (10,000 to 12,000)
- Lua (10,000)
- Kpa (10,000)
- Haemoglobin S screen suitable to test for HbAS (heterozygous sickle cell trait) for blood donation (70,000 to 84,000)

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 the Good Practice Guidelines for Blood Establishments that are required to comply with Directive 2005/62/EC. These are published in the 20th edition of the Guide to the preparation, use and quality assurance of blood components.

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: £8,655,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

5 x 12 month extensions

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

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-030665

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

Date

10 June 2024

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: 10 December 2024

four.2.7) Conditions for opening of tenders

Date

10 June 2024

Local time

5:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.2) Body responsible for mediation procedures

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.4) Service from which information about the review procedure may be obtained

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/