Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Blood and Transplant
203 Longmead Rd, Avon
Bristol
BS16 7FG
UK
Contact person: Tennille Madigan
Telephone: +44 7795483583
E-mail: tennille.madigan@nhsbt.nhs.uk
NUTS: UKK12
Internet address(es)
Main address: https://www.nhsbt.nhs.uk
Address of the buyer profile: https://www.nhsbt.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://health-family.force.com/s/Welcome
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
Microbiology and Serology Testing Services
II.1.2) Main CPV code
71900000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Blood and Transplant requires a direct contractual relationship with either a manufacturer or any other economic operator for a complete end-to-end integrated solution for the Microbiology Serology screening/testing of blood and non-blood donations , which must include all the necessary equipment, installation, maintenance, consumables, reagents, software including an inter-interoperability provision with NHSBTs existing IT infrastructure and overall ongoing support mechanism that may be required to carry out the necessary testing.
II.1.5) Estimated total value
Value excluding VAT:
53 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: Lot 1 Contract A
II.2.1) Title
Lot 1 Microbiology and Serology Main Testing
II.2.2) Additional CPV code(s)
33124000
33124000
48921000
33141625
33696500
33124110
33696200
33127000
33140000
II.2.3) Place of performance
NUTS code:
UKK12
Main site or place of performance:
Manchester & Filton
II.2.4) Description of the procurement
Lot 1 Provision of Microbiology & Serology Testing
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
48 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
Up to a maximum of 10 years
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
Lot No: Lot 2 Contract B
II.2.1) Title
Microbiology & Serology - MSL and Deceased Donor Testing
II.2.2) Additional CPV code(s)
33124110
33124000
48921000
33141625
33696500
33124110
33696200
33127000
33140000
II.2.3) Place of performance
NUTS code:
UKK12
Main site or place of performance:
Colindale
II.2.4) Description of the procurement
Microbiology and Serology Testing for MSL including deceased donors.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
4 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
Maximum 10 year contract
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.1.2) 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.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/04/2024
Local time: 18:00
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: 14 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/02/2024
Local time: 18:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NHSBT requires a direct contractual relationship with either a manufacturer or any other economic operator for a complete end-to-end integrated solution for the Microbiology Serological screening/testing of blood and non-blood donations , which must include all the necessary equipment, installation, maintenance, consumables, reagents, software including an inter-operability provision with NHSBTs existing IT infrastructure and overall ongoing support mechanism that may be required to carry out the necessary testing as stated below. All invitro diagnostic medical devices, for example, instruments, consumables and reagents must be CE/UKCA marked. GB will continue to recognise CE marking under the IVDD or IVDR ( following the government timetable) devices placed on the GB market must be UKCA marked under the UK MDR 2002 as amended. The end-to-end solution must be capable of producing test results in a format that can be utilised by NHSBT’s host IT system (PULSE) without the need for changes to PULSE.<br/><br/>The current contract held with NHSBT for the Microbiology Serology Service includes the supply of the mandatory and selective serology assays, consumables, instrumentation, uninterruptable power supply and software required for result management and interface(s) with host systems; including servers to support the IT infrastructure.<br/><br/>Mandatory testing is undertaken on all blood and non-blood donations. The assays required include: Hepatitis B (HBsAg), Human immunodeficiency virus (HIV 1&2 Ab/Ag), Hepatitis C (anti-HCV), syphilis antibodies, and anti-HBc for non-blood donations. These tests are undertaken on high throughput automated equipment. Additional discretionary testing is also undertaken on select donations. These include testing for human T- lymphotropic virus (anti-HTLV), cytomegalovirus (anti-CMV), malarial antibody (anti-malaria), Hepatitis B antibodies (anti-HBc & anti-HBs) and Trypanosome cruzi (anti-T. cruzi). Deceased (non-heart beating) donor screening is performed at Microbiology Services Laboratory (MSL), Colindale and the assays used in MSL Colindale must be suitable for deceased donor screening.<br/><br/><br/>Kit Evaluation Group (KEG) approval of the assays must be obtained prior to the award of the contract.<br/><br/>There is a requirement for automated instrumentation to enable high throughput testing of mandatory and discretionary testing for blood and non-blood donors, archiving and long-term storage of plasma samples as part of this contract. Instrumentation for sample sorting is also for consideration.<br/><br/>All Microbiology Serology testing requirements must be in accordance with the Guidelines for the Blood Transfusion service in the United Kingdom (https://www.transfusionguidelines.org/red-book) and rules and guidance for pharmaceutical manufacturers and distributors.<br/><br/>NHSBT undertakes Microbiology Serology testing on approximately 1,600,000 donations per annum across two principal testing sites, namely Manchester and Filton, and also at the Microbiology Services Laboratory at Colindale.<br/><br/>This procurement contains Lots:<br/>Lot 1 – Contract A Microbiology and Serology Testing for Manchester and Filton<br/>Lot 2 – Contract B Microbiology and Serology Testing for Colindale and accommodates the requirements for Deceased Donor Screening
VI.4) Procedures for review
VI.4.1) Review body
Department of Health and Social Care
39 Victoria Street
London
SW1H 0EU
UK
Internet address(es)
URL: https://www.gov.uk/government/organisations/department-of-health-and-social-care
VI.5) Date of dispatch of this notice
16/02/2024