Section one: Contracting authority
one.1) Name and addresses
NHS Blood and Transplant
500 North Bristol Park
Bristol
BS34 7QH
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
Buyer's address
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
generaloffice@administrativecourtoffice.justice.gov.uk
Country
United Kingdom