Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Contact person: Peter Tune
Telephone: +44 2920502668
E-mail: Peter.Tune@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://www.procurement.wales.nhs.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
All Wales Pathology - Electronic Quality Management System
Reference number: AW.028
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Services
II.1.4) Short description
The NHS Wales Shared Services Partnership, hosted by Velindre NHS Trust are seeking to establish a contract for the provision of an All Wales Pathology - Electronic Quality Management System. NHS Wales requires a national quality management system, which will be managed by a National Quality Management Team and locally in each health board /service. The national team will not only maintain standardised SOPs but also documentation for the new national LIMS service about to be procured including system and training documentation. It may also be used by the current LIMS to maintain validation of the Blood Transfusion module.
II.1.5) Estimated total value
Value excluding VAT:
170 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48000000
II.2.3) Place of performance
NUTS code:
UKL22
Main site or place of performance:
Aneurin Bevan UHB
Betsi Cadwaldwr UHB
Cardiff & Vale UHB
Cwm Taf Morgannwg UHB
Hywel Dda UHB
Public Health Wales NHST
Swansea Bay UHB
II.2.4) Description of the procurement
The Welsh Pathology service has undertaken a significant amount of standardisation, with a single national Laboratory Information Management System (LIMS) system and Public Health Wales, Microbiology have for many years had a Microbiology Method Development and Standardisation Group (MMDSG) which was set up to standardise, review and update SOPs. Currently there is no central national quality management system, which makes standardisation difficult to maintain.
NHS Wales requires a national quality management system, which will be managed by a National Quality Management Team and locally in each health board /service. The national team will not only maintain standardised SOPs but also documentation for the new national LIMS service about to be procured including system and training documentation. It may also be used by the current LIMS to maintain validation of the Blood Transfusion module.
A key aim of the new LIMS service is to ensure a more standardised implementation with system documentation maintained nationally so that testers sitting with the Wales National Quality Management Team can support local sites with their user acceptance testing.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
3 Year Contract with Option to Extend for 12 Months.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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.2.14) Additional information
The Contracting Authority reserves the right to award the contract in whole, in part or annul the tendering process and not award any contract.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As per the tender documentation.
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
III.2.2) Contract performance conditions
As per the tender documents.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
31/10/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
04/11/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
Please note additional information on this procurement:
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. In reference to II.1.9 (Variants) to the extent permitted, if at all, in the tender documents.
7. Prospective suppliers should note that NHS Shared Services Partnership - Procurement Services is acting on behalf of All Wales Pathology Network.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=95886
(WA Ref:95886)
VI.4) Procedures for review
VI.4.1) Review body
NHS Wales Shared Services Partnership
4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw
Cardiff
CF15 7QZ
UK
Telephone: +44 2920502668
E-mail: peter.tune@wales.nhs.uk
Internet address(es)
URL: http://www.procurement.wales.nhs.uk
VI.5) Date of dispatch of this notice
27/09/2019