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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,368,000
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
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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.1.7 is for the potential maximum contract term of 12 months.
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: 2022/S 022-122050
Section five. Award of contract
Contract No
C525/2021/2022
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
17 October 2022
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Bangor University
College Road
Bangor
LL572DG
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £4,368,000
Total value of the contract/lot: £4,368,000
Section six. Complementary information
six.3) Additional information
(WA Ref:125729)
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