Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Alder House, Alder Court, St Asaph Business Park
St Asaph
LL17 0JL
UK
Telephone: +44 1443848585
E-mail: Joanne.liddle@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.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:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.etenderwales.bravosolution.co.uk
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
CLI-OJEU-50937 Ultra-High Resolution Human Leukocyte Antigen (HLA) Typing for the Welsh Bone Marrow Donor Registry
Reference number: CLI-OJEU-50937
II.1.2) Main CPV code
85121200
II.1.3) Type of contract
Services
II.1.4) Short description
NWSSP Procurement Services, hosted by Velindre University NHS Trust, and the Welsh Bone Marrow Donor Registry (WBMDR), part of Welsh Blood Service, are seeking to appoint a suitably qualified contractor to perform Ultra-High Resolution HLA Typing.
The Welsh Bone Marrow Donor Registry (WBMDR) recruits volunteer donors via blood sample and cheek swab (buccal swab) to support stem cell transplantation. The WBMDR has different typing and testing requirements depending on sample type:
For whole blood samples: We require Ultra High Resolution (UHR) HLA-A, B, C, DRB1, DQA1, DQB1, DPA1, DPB1 and DRB3/4/5 HLA typing. The provision of CCR5 testing from whole blood samples is desirable.
For cheek swab samples: We require Ultra High Resolution (UHR) HLA-A, B, C, DRB1, DQA1, DQB1, DPA1, DPB1 and DRB3/4/5 HLA typing as well as ABO/Rh and CMV testing.
Please refer to the Specification within the Invitation to Tender document.
II.1.5) Estimated total value
Value excluding VAT:
960 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85111810
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
NHS Wales Shared Services Partnership, Procurement Services hosted by Velindre University NHS Trust is looking to award a contract for Ultra-High Resolution Human Leukocyte Antigen (HLA) Typing for the Welsh Bone Marrow Donor Registry (a division of Welsh Blood Service) by inviting Bidders to tender for this ITT.
The WBMDR oversees the recruitment of unrelated bone marrow volunteer donors and has an agreed target of recruiting 4000 new donors to the WBMDR stem cell donor panel each year.
Bidders must be able to deliver the HLA types of at least 4000 stem cell donors per annum at ultra-high resolution typing level for HLA-A, B, C, DRB1, DQB1 and DPB1 using next generation sequencing approach. Bidders must be able to deliver the HLA types of at least 4,000 stem cell donors per annum at allele level typing level for HLA-A, B, C, DRB1, DQB1 and DPB1 using a next generation sequencing approach (NGS).
Please refer to the Specification found at Appendix A of the ITT document for full information.
The contract will be for an initial period of three (3) years with the option to extend for a further two (2) years (maximum five year contract).
II.2.5) Award criteria
Criteria below:
Quality criterion: Core Requirements
/ Weighting: 20
Quality criterion: HLA Result Reporting
/ Weighting: 10
Quality criterion: Novel HLA Alleles
/ Weighting: 5
Quality criterion: Timescales/Key Performance indicators
/ Weighting: 5
Quality criterion: Service Levels & Performance
/ Weighting: 10
Quality criterion: Reporting of Results
/ Weighting: 10
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
960 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/07/2023
End:
30/06/2026
This contract is subject to renewal: Yes
Description of renewals:
Option to extend contract for a further two (2) years to 30/06/2028
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.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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 set out in ITT documents
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.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Must be accredited to the standards set out within the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-020483
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/03/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
07/03/2023
Local time: 12:30
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
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=128474
(WA Ref:128474)
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
25/01/2023