Section one: Contracting authority
one.1) Name and addresses
NHS Wales Shared Services Partnership
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
Contact
Gareth Rees
Country
United Kingdom
NUTS code
UK - United Kingdom
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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
Laboratory Information Management Systems (LIMS) for Histocompatibility and Immunogenetics
Reference number
AW104
two.1.2) Main CPV code
- 48000000 - Software package and information systems
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Welsh Histocompatibility and Immunogenetics Service requires replacement of its existing ‘end of life’ legacy IT applications / infrastructure to enable the laboratory to modernise its services and improve quality and efficiency.
The procurement and implementation of a commercial “off-the-shelf” H&I-specific LIMS solution is the recommended option to enable the laboratory to modernise its workflows, comply with data security requirements and quality standards and deliver the above activities efficiently.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKL17 - Bridgend and Neath Port Talbot
two.2.4) Description of the procurement
NHS Wales Shared Services Partnership facilitating a procurement on behalf of the Welsh Blood Service which is a Division of Velindre
University NHS Trust. The requirement is for laboratory information management system (LIMS) for use by the Welsh Histocompatibility
and Immunogenetics Service (WHAIS), based within the Welsh Blood Service. WHAIS are seeking to replace their current in-house legacy IT system with a modern and commercially supported system.
The system must support the migration of existing data from the WTAIL legacy system and interface with downstream systems and
analysers. The system must support a range of Histocompatibility and Immunogenetics laboratory services including patient and donor
sample reception, workflow management, result analysis and reporting. The services provided by WHAIS include HLA typing,
patient/donor crossmatching, HLA antibody testing, solid organ and stem cell donor/recipient matching, platelet typing and platelet
antibody testing.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
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
The agreement can be extended for a further 24 months
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suitability on meeting mandatory and functional requirements
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
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2022/S 000-003219
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 October 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
16 October 2023
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=134807.
(WA Ref:134807)
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