Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

01 Prior Information Notice (PIN) - For reducing Time Limits

Rapid Molecular Testing Service for Public Health Wales

  • First published: 02 February 2023
  • Last modified: 02 February 2023
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-128781
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
02 February 2023
Deadline date:
-
Notice type:
01 Prior Information Notice (PIN) - For reducing Time Limits
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Public Health Wales, in advance of a tender, would like to invite companies to provide their bespoke options for a rapid molecular service based on 2 lots for Wales at a user engagement session on the 27th February 2023 at Public Health Wales, 2 Capital Quarter, Tyndall Street, Cardiff, CF10 4BZ. -Lot 1 being essential supporting pneumonia and meningoencephalitis syndromic algorithm. -Lot 2 being desirable supporting bone and tissue; gastrointestinal and sexual transmitted syndromic algorithm. Interested parties will be offered a user engagement session, further details available from the contracting authority. CPV: 33696500, 33696500, 33696500.

Full notice text

Prior information notice

This notice aims at reducing time limits for receipt of tenders

Section I: Contracting authority

I.1) Name and addresses

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

4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

UK

Telephone: +44 1443848585

E-mail: michael.french@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://nwssp.nhs.wales/ourservices/procurement-services/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

I.3) Communication

Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Rapid Molecular Testing Service for Public Health Wales

II.1.2) Main CPV code

33696500

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Public Health Wales, in advance of a tender, would like to invite companies to provide their bespoke options for a rapid molecular service based on 2 lots for Wales at a user engagement session on the 27th February 2023 at Public Health Wales, 2 Capital Quarter, Tyndall Street, Cardiff, CF10 4BZ.

-Lot 1 being essential supporting pneumonia and meningoencephalitis syndromic algorithm.

-Lot 2 being desirable supporting bone and tissue; gastrointestinal and sexual transmitted syndromic algorithm.

Interested parties will be offered a user engagement session, further details available from the contracting authority.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.2) Description

Lot No: 1

II.2.1) Title

Essential supporting pneumonia and meningoencephalitis syndromic algorithm.

II.2.2) Additional CPV code(s)

33696500

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

All Wales service.

II.2.4) Description of the procurement

Essential supporting pneumonia and meningoencephalitis syndromic algorithm.

* Offer must include all instruments, consumables, reagent, support, service and maintenance.

* Consideration needs to be taken into capital money investment by Welsh Government in new equipment (BioFire Film Arrays; ePlex and Cepheid) to support rapid diagnosis in the pandemic as these still have an expected shelf life of another 5 years.

* In addition, we have some reagent rental instruments in the Network.

* Minimal processing time will be required for specimen investigation.

* Speed of turnaround time for result will be essential.

* Multiplex will be preferred over singleplex targets.

* Software interpretation of result and interface to LIMS is essential.

* High negative predictive, Sensitivity and Specificity is essential.

* Reduce the need for specialist technical interpretation and handling.

* Instruments and associated reagents must be complaint with UK Quality marking for equipment, reagents and consumables.

* The service is to be fully functional by 1st July 2023.

* The current estimates on numbers is a minimum of 20 rapid test per site in the network.

* There are 12 Public Health Wales sites with potential to include 3 non-Public Health Wales sites.

* Maintain and provide the ability to meet the increase demand and a robust supply chain.

* Support our adherence to antibiotic sensitivity testing and reporting guidelines.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Desirable supporting bone and tissue; gastrointestinal and sexual transmitted syndromic algorithm.

II.2.2) Additional CPV code(s)

33696500

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

All Wales service.

II.2.4) Description of the procurement

Desirable supporting bone and tissue; gastrointestinal and sexual transmitted syndromic algorithm.

* Offer must include all instruments, consumables, reagent, support, service and maintenance.

* Consideration needs to be taken into capital money investment by Welsh Government in new equipment (BioFire Film Arrays; ePlex and Cepheid) to support rapid diagnosis in the pandemic as these still have an expected shelf life of another 5 years.

* In addition, we have some reagent rental instruments in the Network.

* Minimal processing time will be required for specimen investigation.

* Health and Safety during the processing must minimise any potential incident, hazard or risk.

* Speed of turnaround time for result will be essential.

* Multiplex will be preferred over singleplex targets.

* Software interpretation of result and interface to LIMS is essential.

* High negative predictive, Sensitivity and Specificity is essential.

* Reduce the need for specialist technical interpretation and handling.

* Instruments and associated reagents must be complaint with UK Quality marking for equipment, reagents and consumables.

* The service is to be fully functional by 1st July 2023.

* The current estimates on numbers is a minimum of 20 rapid test per site in the network.

* There are 12 Public Health Wales sites with potential to include 3 non-Public Health Wales sites.

* Maintain and provide the ability to meet the increase demand and a robust supply chain.

* Support our adherence to antibiotic sensitivity testing and reporting guidelines.

* A robust and resilient support post service implementation.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.3) Estimated date of publication of contract notice:

06/03/2023

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.5) Scheduled date for start of award procedures

02/05/2023

Section VI: Complementary information

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

1. The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.

2. Bidders should note that they will be required to enter into terms and conditions of contract as set out in the ITT and that save for matters of clarification or consistency the Contracting Authority will not negotiate the terms.

3. The Contracting Authority will not accept completed ITT's after the stated closing date.

4. All documents to be priced (where applicable) in sterling and all payments made in sterling.

5. All tender costs and liabilities incurred by bidders shall be the sole responsibility of the bidders.

6. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of Public Health Wales NHS Trust

(WA Ref:128781)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

NHS Wales Shared Services Partnership on behalf of Public Health Wales NHS Trust will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract.

Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful.

Should additional information be required it should be requested of the addressee in section I.1.

Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits in accordance with the Public Contracts (Amendments) Regulations 2015

VI.5) Date of dispatch of this notice

02/02/2023

Coding

Commodity categories

ID Title Parent category
33696500 Laboratory reagents Reagents and contrast media

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
michael.french@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.