Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
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
E-mail: Nwssp.procurementcataloguepathology@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
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
T.0340 Blood Transfusion Automation Managed Service Contract for Betsi Cadwaladr University Health Board
Reference number: T.0340
II.1.2) Main CPV code
85111800
II.1.3) Type of contract
Services
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL13
UKL12
UKL23
II.2.4) Description of the procurement
Following a procurement process (T.0340) BCUHB entered a contract with Ortho Clinical Diagnostics (now QuidelOrtho) in 2016 to provide services for a 7+3 years. The additional extension period was activated by BCUHB in year 3 to provide an equipment upgrade and refresh, and therefore the Contract will expire in December 2026. This contract provides instrumentation, reagents and consumables, and supporting IT systems to allow for connection to current Telepath LIMS systems.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 120
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2015/S 032-054668
Section V: Award of contract/concession
Contract No: T.0340
Title: T.0340 Blood Transfusion Automation Managed Service Contract for Betsi Cadwaladr University Health Board
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
16/01/2017
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor/concessionaire
ORTHO-CLINICAL DIAGNOSTICS
Felindre Meadows, Pencoed
Bridgend
CF355PZ
UK
Telephone: +44 1628401563
NUTS: UK
The contractor/concessionaire is an SME:
No
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 2 968 890.00
GBP
Section VI: Complementary information
VI.3) Additional information
(WA Ref:152936)
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.5) Date of dispatch of this notice
02/07/2025
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
85111800
VII.1.2) Additional CPV code(s)
VII.1.3) Place of performance
NUTS code:
UKL12
UKL13
UKL23
VII.1.4) Description of the procurement
The original procurement completed in 2016 awarded a contract for 7 years with an option for a further extension of 3 years, which was taken by the Health Board. This contract is due to expire November 2026. The Health Board had originally planned to retender and had set timelines of a 2-year process to award and implement a new contract.
Due to delays in the implementation of the replacement WLIMS system which has necessitated intensive resource and staff time to be dedicated to this project as a national priority. The required resource to undertake a tender process is not available and therefore, the Health Board has no choice but to delay the procurement of a new service.
Due to the heavily regulated and sensitive nature of this service, it is not possible to change supplier without a full implementation period and therefore, the Health Board will extend the current arrangements in line with a Regulation 72 (c ) (i)modification in PCR 2015, whilst the new tender process is conducted.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 138
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 3 608 241.62 GBP
The contract/concession has been awarded to a group of economic operators:
No
VII.1.7) Name and address of the contractor/concessionaire
ORTHO-CLINICAL DIAGNOSTICS
Felindre Meadows, Pencoed
Bridgend
CF355PZ
UK
Telephone: +44 1628401563
NUTS: UK
The contractor/concessionaire is an SME:
No
VII.2) Information about modifications
VII.2.1) Description of the modifications
The original procurement completed in 2016 awarded a contract for 7 years with an option for a further extension of 3 years, which was taken by the Health Board. This contract is due to expire November 2026. The Health Board had originally planned to retender and had set timelines of a 2-year process to award and implement a new contract.
Due to delays in the implementation of the replacement WLIMS system which has necessitated intensive resource and staff time to be dedicated to this project as a national priority. The required resource to undertake a tender process is not available and therefore, the Health Board has no choice but to delay the procurement of a new service.
Due to the heavily regulated and sensitive nature of this service, it is not possible to change supplier without a full implementation period and therefore, the Health Board will extend the current arrangements in line with a Regulation 72 (c ) (i)modification in PCR 2015, whilst the new tender process is conducted.
VII.2.2) Reasons for modification
Need for modification brought about by circumstances which a diligent contracting authority/entity could not foresee
Description of the circumstances which rendered the modification necessary and explanation of the unforeseen nature of these circumstances:
Due to delays in the implementation of the replacement WLIMS system which has necessitated intensive resource and staff time to be dedicated to this project as a national priority. The required resource to undertake a tender process is not available and therefore, the Health Board has no choice but to delay the procurement of a new service.
Due to the heavily regulated and sensitive nature of this service, it is not possible to change supplier without a full implementation period and therefore, the Health Board will extend the current arrangements in line with a Regulation 72 (c ) (i)modification in PCR 2015, whilst the new tender process is conducted.
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 2 968 890.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 3 608 241.62 Currency: GBP