Tender

RCI Manual and Automated Test Systems (MATS)

  • NHS Blood and Transplant

F02: Contract notice

Notice identifier: 2022/S 000-017219

Procurement identifier (OCID): ocds-h6vhtk-0349e8

Published 23 June 2022, 3:34pm



Section one: Contracting authority

one.1) Name and addresses

NHS Blood and Transplant

500 North Bristol Park

Bristol

BS34 7QH

Email

marie-helene.afrashteh@nhsbt.nhs.uk

Country

United Kingdom

NUTS code

UKK11 - Bristol, City of

National registration number

NHS Blood and Transplant

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

RCI Manual and Automated Test Systems (MATS)

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHSBT is looking to award a Managed Service contract for 7 years with option to extend for up to further 3 years. Please see II.2.4 for details.

two.1.5) Estimated total value

Value excluding VAT: £8,000,000

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
  • 33696100 - Blood-grouping reagents
  • 33696200 - Blood-testing reagents
  • 38434520 - Blood analysers
  • 50421000 - Repair and maintenance services of medical equipment
  • 42931100 - Laboratory centrifuges and accessories

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

multiple sites - see tender docs

two.2.4) Description of the procurement

Red Cell Immunohaematology (RCI) is a specialist function within the Clinical Services Directorate of NHS Blood and Transplant (NHSBT). The RCI Laboratories provide antibody resolution and red cell phenotyping on samples referred from Hospital Transfusion Laboratories and other Laboratories within NHSBT. Reference services are provided from Barnsley, Birmingham, Colindale, Filton (Bristol), Liverpool, Newcastle, and Tooting.
NHSBT is looking for suppliers on the market who can offer a managed service for system to support, as a minimum, manual and automated blood grouping (ABO, Rh D, C, c, E, e, K), antibody screening and identification, consistent with the workload and case mix of RCI laboratories. RCI would expect to be able to undertake trials of the system on NHSBT premises. The test system is required to identify, sample, dispense and test blood samples and include all items required to analyse, interpret, transmit and store results on those tests. Automated testing is required for simpler high-volume tests, manual testing is required for low volume complex tests. It is a requirement that the system is compatible with NHSBT reagents and would meet regulatory requirements in the UK for the duration of its use.
NHSBT is looking to award a Managed Service contract for 7 years with option to extend for up to further 3 years. Further information can be obtained from the procurement documentation available on Atamis eSourcing portal.

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: £8,000,000

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

Duration in months

84

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 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


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

14 July 2022

Local time

5:00pm

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

four.2.7) Conditions for opening of tenders

Date

15 July 2022

Local time

9:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Court

Strand

London

WC2A 2LL

Email

generaloffice@administrativecourtoffice.justice.gov.uk

Country

United Kingdom

Internet address

https://www.gov.uk/courts-tribunals