Section one: Contracting authority
one.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
CPSProcurementAdvice@gov.wales
Telephone
+44 3000257095
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
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://etenderwales.bravosolution.co.uk/web/login.shtml
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste Water Monitoring in Wales
Reference number
C525/2021/2022
two.1.2) Main CPV code
- 73110000 - Research services
two.1.3) Type of contract
Services
two.1.4) Short description
The wastewater monitoring contract is required to support the Client’s wastewater monitoring programme and continue to develop intelligence and surveillance of wastewater, providing sample collection, transportation and analysis across 50 wastewater treatment works (WwTW) and other near-source locations for public health and environment protection in Wales.
The COVID-19 pandemic has elevated the global profile of Wastewater Based Epidemiology (WBE) as a capability to help monitor different indicators present in wastewater networks. Wastewater monitoring has been used to track the spread of COVID-19 across the UK and the methods and scientific capability has grown considerably over this time.
The Client is developing a case for wastewater monitoring in Wales as an indicator to enhance our public health surveillance systems and create a robust and timely flow of actionable data to support our response to the COVID-19 and other future public health emergencies. This capability could potentially be established earlier than with existing public health intelligence, surveillance and management of infectious disease outbreaks.
The wastewater programme aims to support the Client’s commitment of promoting a better understanding of human, animal and environmental health through the ‘One Health’ agenda.
two.1.5) Estimated total value
Value excluding VAT: £4,368,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72300000 - Data services
- 90700000 - Environmental services
- 85148000 - Medical analysis services
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
Wastewater monitoring of COVID-19 and potential VOCs/VUIs supports the Welsh Government’s wellbeing objectives and goals in the Well-being of Future Generations (Wales) Act 2015, in particular:
-A prosperous Wales
-A resilient Wales,
-A healthier Wales, and
-A globally responsible Wales
The wastewater monitoring programme helps support Welsh Government in strengthening its capacity to respond to future public health emergencies and crises.
Wastewater based epidemiology (WBE) is a rapidly developing science, and the new technology developed and deployed during the COVID-19 pandemic has the potential to support more sustainable services in Wales. The programme has the potential to shift the balance of our health and care system towards earlier detection and intervention, helping to prevent illness and to prolong independence.
The business need for wastewater has been enhanced since the reduction and withdrawal of mass community testing and lateral flow testing. Wastewater surveillance is used as part of a basket of indicators to assist in the management of COVID-19.
In addition to this, the programme has been developing the capability to detect other environmental, animal and human health indicators to assist with policy development and management of the clients responsibilities in this area. This work has included the monitoring of Antimicrobial resistance (AMR) and other communicable diseases like Influenza and Novovirus.
The programme helps Welsh Government maintain wastewater monitoring for COVID-19 at 50 sites across Wales as part of ‘Covid stable’ and ‘Covid urgent’ arrangements. The programme will also undertake regular surveillance of wastewater at up to 5 other sites in Wales, providing sample collection, transportation and analysis.
The aims of the contract are as follows:
-Maintain a network of up to 50 wastewater treatment works (WwTW) sampling locations in Wales, including the provision and installation of necessary equipment and samplers to ensure proper operation and maintenance.
-Provide a regular, frequent regime of sampling on at least 5 days a week at WwTW in Wales, including arrangements for effective access, sample collection, transportation and storage.
-Undertake appropriate analysis methods to determine levels of SARS-CoV-2 and other indicators which could include, ARGs (AMR), Enterovirus, Influenza, Novovirus, Polio in wastewater as required by the Client.
-Maintain and adopt best practice approaches for the analysis of wastewater samples from global wastewater testing initiatives or research.
-Undertake genomic sequencing of wastewater samples to assist in the identification of specific genetic indicators or variants.
-Maintain a library of historical wastewater samples (a biobank) that have been collected in the course of the current contract over the last 2 years as well as for this contract, in such a format that retrospective analysis and genome sequencing may be carried out at the request of the Client.
-Undertake surveillance for SARS-CoV-2 at four Welsh Prison sites, providing sample collection, transportation and analysis as required by the Client.
-Undertake surveillance of wastewater at up to 7 hospital sites in Wales, providing sample collection, transportation and analysis as required by the Client.
-Undertake surveillance of wastewater at up to 5 other sites in Wales, providing sample collection, transportation and analysis as required by the client.
-Have the capability to undertake urgent (sampling commenced within 72 hours) surveillance at up to 2 concurrent sites within sewer networks for short periods of time (up to 4 weeks) in response to the changing requirements of public health emergencies (surge capacity).
-Provide detailed insights and interpretation into the levels of monitored indicators in wastewater to help inform policy and decision making.
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: £4,368,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
6
This contract is subject to renewal
Yes
Description of renewals
The contract duration is 6 months with an option to extend by an additional 6 months available to the Client.
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
two.2.14) Additional information
The maximum budget for the initial contract duration of 6 months is GBP 2184000, and the maximum budget for the additional 6 months extension is GBP 2184000 - the total maximum contract value in section II.2.6 is for the potential maximum contract term of 12 months.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
as per the information in the tender documents
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
as per the information in the tender documents
three.2.2) Contract performance conditions
as per the information in the tender documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
1 August 2022
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
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
1 August 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: after 6 or 12 months
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
E-Tender Information:
https://etenderwales.bravosolution.co.uk
- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.
- The User who performs the Registration becomes the Super User for the Organisation.
- On registering on the Platform the Super User will select a Username and will receive a password.
- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.
- In order to log-in to the Platform please enter your Username and Password.
- Note: If you forget your Password then visit the homepage and click “Forgot your password?”
- Registration should only be performed once for each Organisation.
- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.
- Tenders must be uploaded to the BravoSolution portal by 2pm
How To Find The ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The e-tender references for this contract are: project_50393, itt_94975.
- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.
- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.
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=122050
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
community benefits will be non-core for this contract
(WA Ref:122050)
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