Tender

Temperature Monitoring System

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-064217

Procurement identifier (OCID): ocds-h6vhtk-05acdc

Published 10 October 2025, 2:35pm



Scope

Reference

CTM-ITT-120575

Description

Cwm Taf Morgannwg University Health Board (the Health Board) is looking to enter into a contract with a supplier for a wireless electronic temperature monitoring system. This system will be used for monitoring all temperature-controlled areas and equipment for pathology laboratories, including blood transfusion and mortuaries, and must therefore be compliant wth regulatory and accreditation requirements.

Total value (estimated)

  • £138,000 excluding VAT
  • £165,600 including VAT

Below the relevant threshold

Contract dates (estimated)

  • 1 April 2026 to 31 March 2029
  • Possible extension to 31 March 2031
  • 5 years

Description of possible extension:

Extension periods of +1 year from 1st April 2029 until 31st March 2030, further +1 year from 1st April 2030 until 31st March 2031 subject to financial approval

Options

The right to additional purchases while the contract is valid.

There may be a requirement to purchase additional temperature monitors depending on the needs of the service

Main procurement category

Goods

CPV classifications

  • 33100000 - Medical equipments
  • 33900000 - Post-mortem and mortuary equipment and supplies
  • 38300000 - Measuring instruments
  • 38500000 - Checking and testing apparatus

Contract locations

  • UKL17 - Bridgend and Neath Port Talbot
  • UKL15 - Central Valleys

Participation

Conditions of participation

The provider must be able to provide efficient automated temperature monitoring of all identified areas in CTMUHB, 24/7/365

The provider must have a variety of alert notification systems, including an audible alarm and email notification, to alert staff where a unit has exceeded temperature limits in order for the alarm to be acted upon immediately

The provider must provide a solution to alert staff when a critical area falls out of temperature consensus when staff are not within the immediate vicinity of the alerting department, eg. text message or paging system

The provider must provide software that allows meaningful reports to be produced, including graphical and numerical data for all monitored areas, and allows recording of any actions taken for out of consensus temperatures

The provider must have software that is flexible/configurable when moving sensors/probes or equipment to different areas within Pathology

The provider must have robust sensors/probes for the full range of temperature requirements (-80c to +60c), with provision for replacement when a sensor/probe is no longer functioning, and additional sensor/probes when required

The provider must provide temperature logging over the geographical area of the Health Board, with option to expand if required

The provider must provide annual ISO 17025 compliant calibration service for every sensor with minimal service disruption. Calibration MU must be provided on calibration certificates

The provider must ensure the system is compliant to BSQR temperature monitoring requirements and currently be deployed in a UK Blood Bank laboratory that has undergone MHRA inspection

The provider must provide initial and ongoing training support as and when required

The provider must provide a robust customer support system to ensure continuity of temperature monitoring in all Pathology departments

Particular suitability

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

13 October 2025, 12:00pm

Tender submission deadline

7 November 2025, 12:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical Criteria

Technical Criteria

Quality 65.00%
Commercial Criteria

Commercial Criteria

Cost 35.00%

Procedure

Procedure type

Below threshold - open competition


Contracting authority

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

  • Public Procurement Organisation Number: PXWV-6492-CGMN

4-5 Charnwood Court,

Cardiff

CF14 3UZ

United Kingdom

Region: UKL22 - Cardiff and Vale of Glamorgan

Organisation type: Public authority - sub-central government

Devolved regulations that apply: Wales