Planning

Rapid Molecular Testing Service for Public Health Wales

NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)

This public procurement record has 1 release in its history.

Planning

02 Feb 2023 at 16:12

Summary of the contracting process

The contracting authority, NHS Shared Services Partnership-Procurement Services on behalf of Public Health Wales NHS Trust, is planning a tender for the Rapid Molecular Testing Service for Public Health Wales. The procurement involves goods in the industry category of laboratory reagents and is set to take place in Cardiff, UK. The tender is at the planning stage with a future notice date of 6th March 2023, and the contract award period starts on 2nd May 2023.

This tender for the rapid molecular testing service presents an opportunity for companies specializing in laboratory reagents and related services to compete. Businesses offering instruments, consumables, reagents, support, service, and maintenance tailored to the specified syndromic algorithms are well-suited. The tender process involves written submission and includes a minimum 10-day standstill period before the contract award decision is made, allowing unsuccessful tenderers to understand the reasons for their bids not being selected.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Rapid Molecular Testing Service for Public Health Wales

Notice 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.

Lot Information

Essential supporting pneumonia and meningoencephalitis syndromic algorithm.

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.

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

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03a27d
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/003315-2023
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

33 - Medical equipments, pharmaceuticals and personal care products


CPV Codes

33696500 - Laboratory reagents

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Feb 20233 years ago
Submission Deadline
1 May 2023Expired
Future Notice Date
6 Mar 2023Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planned
Lots Status
Planned
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NHS WALES SHARED SERVICES PARTNERSHIP-PROCUREMENT SERVICES (HOSTED BY VELINDRE UNIVERSITY NHS TRUST)
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CARDIFF
Postcode
CF15 7QZ
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL51 Central Valleys and Bridgend
Delivery Location
TLL Wales

Local Authority
Rhondda Cynon Taf
Electoral Ward
Taff's Well
Westminster Constituency
Cardiff North

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03a27d-2023-02-02T16:12:23Z",
    "date": "2023-02-02T16:12:23Z",
    "ocid": "ocds-h6vhtk-03a27d",
    "description": "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)",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03a27d",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Rapid Molecular Testing Service for Public Health Wales",
        "status": "planned",
        "classification": {
            "scheme": "CPV",
            "id": "33696500",
            "description": "Laboratory reagents"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "lots": [
            {
                "id": "1",
                "title": "Essential supporting pneumonia and meningoencephalitis syndromic algorithm.",
                "description": "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.",
                "status": "planned"
            },
            {
                "id": "2",
                "title": "Desirable supporting bone and tissue; gastrointestinal and sexual transmitted syndromic algorithm.",
                "description": "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.",
                "status": "planned"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33696500",
                        "description": "Laboratory reagents"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "deliveryLocation": {
                    "description": "All Wales service."
                },
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "33696500",
                        "description": "Laboratory reagents"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKL"
                    }
                ],
                "deliveryLocation": {
                    "description": "All Wales service."
                },
                "relatedLot": "2"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-03-06T00:00:00Z"
        },
        "submissionMethod": [
            "written"
        ],
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "coveredBy": [
            "GPA"
        ],
        "awardPeriod": {
            "startDate": "2023-05-02T00:00:00+01:00"
        },
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "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"
    },
    "parties": [
        {
            "id": "GB-FTS-109",
            "name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)",
            "identifier": {
                "legalName": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
            },
            "address": {
                "streetAddress": "4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw",
                "locality": "Cardiff",
                "region": "UK",
                "postalCode": "CF15 7QZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1443848585",
                "email": "michael.french@wales.nhs.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://nwssp.nhs.wales/ourservices/procurement-services/",
                "buyerProfile": "https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-111",
            "name": "High Court",
            "identifier": {
                "legalName": "High Court"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, The Strand",
                "locality": "London",
                "postalCode": "WC2A 2LL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2079477501"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-109",
        "name": "NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)"
    },
    "language": "en"
}