Pathology Services Contracts – London
The contracting authorities are looking to award contracts for the provision of pathology services.
United Kingdom-London: Pathology services
2018/S 158-362262
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Procurement Department, 9th Floor, Borough Wing, Guy’s Hospital
London
SE1 9RT
United Kingdom
Contact person: David Lawson
Telephone: +44 2071885318
E-mail: david.lawson@gstt.nhs.uk
NUTS code: UKI
Address of the buyer profile: http://guysandstthomas.g2b.info
I.1)Name and addresses
Denmark Hill
London
SE5 9RS
United Kingdom
Contact person: David Lawson
Telephone: +44 2071885318
E-mail: david.lawson@gstt.nhs.uk
NUTS code: UKI
I.1)Name and addresses
St. Leonards-on-Sea
East Sussex
TN37 7PT
United Kingdom
Contact person: David Lawson
Telephone: +44 2071885318
E-mail: David.lawson@gstt.nhs.uk
NUTS code: UKJ22
I.1)Name and addresses
Sydney Street
London
SW3 6NP
United Kingdom
Contact person: David Lawson
Telephone: +44 2071885318
E-mail: David.lawson@gstt.nhs.uk
NUTS code: UKI
I.1)Name and addresses
160 Tooley Street
London
SE1 2TZ
United Kingdom
Contact person: David Lawson
Telephone: +44 2071885318
E-mail: david.lawson@gstt.nhs.uk
NUTS code: UKI
I.1)Name and addresses
Bethlem Royal Hospital
London
BR3 3BX
United Kingdom
Contact person: David Lawson
Telephone: +44 2071885318
E-mail: david.lawson@gstt.nhs.uk
NUTS code: UKI
I.1)Name and addresses
Pinewood House
Dartford
DA2 7WG
United Kingdom
Contact person: David Lawson
Telephone: +44 2071885318
E-mail: david.lawson@gstt.nhs.uk
NUTS code: UKJ43
I.1)Name and addresses
Dorking Road
Epsom
KT18 7EG
United Kingdom
Contact person: David Lawson
Telephone: +44 2071885318
E-mail: david.lawson@gstt.nhs.uk
NUTS code: UKJ2
I.1)Name and addresses
61 Glenburnie Road
London
SW17 7DJ
United Kingdom
Contact person: David Lawson
Telephone: +44 2071885318
E-mail: david.lawson@gstt.nhs.uk
NUTS code: UKI
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Pathology Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The contracting authorities are looking to award contracts (including, a framework agreement for “send away” tests i.e. where not carried out “on the customer’s site”) for the provision of pathology services, which may involve multiple contracts (for example for specific elements of pathology services and/or separately for analytics and managed laboratory services).
The current expectation is that the pathology services will need to cover the full range of pathology disciplines (although potential bidders should be aware that not all contracting authorities will necessarily look to procure services in respect of all of these disciplines and that the scope of the pathology services will be subject to change to reflect changes in test repertoires and the introduction of new test types).
For further information relating to this tender opportunity, bidders must access the full documentation set within the Delta Tenderbox. Please follow the instructions within this notice.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
London
II.2.4)Description of the procurement:
This procurement is being led by Guy’s and St Thomas’ NHS Foundation Trust on its own behalf and on behalf of the following contracting authorities: King’s College Hospital NHS Foundation Trust; South London and Maudsley NHS Foundation Trust; Oxleas NHS Foundation Trust; Royal Brompton and Harefield NHS Foundation Trust, East Sussex Healthcare NHS Trust, NHS South East London Commissioning Alliance (Bexley CCG, Bromley CCG, Greenwich CCG, Lambeth CCG, Lewisham CCG and Southwark CCG) (the “Core Contracting Authorities”) and other NHS bodies (the “Additional Contracting Authorities”), Epsom and St Helier University Hospitals NHS Trust, South West London and St George’s Mental Health NHS Trust. The total activity per annum for the Core Contracting Authorities is approximately 34 million tests.
The range of pathology services required includes: Blood Sciences (including 24/7), Immunology, Infectious Sciences (including On-call), Cellular Pathology, Specialist Hematology, Specialist Chemistry, Genomics, Specialist Services, Central Specimen Reception, Phlebotomy, Anti-Coagulation Clinic, Patient Service Reception, Mortuary, Clinics, A&E, and POCT. Refer to Briefing Pack for further information.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for a further 5 years to 2040.
II.2.9)Information about the limits on the number of candidates to be invited
Refer to Pre-Qualification Questionnaire (PQQ).
II.2.10)Information about variants
II.2.11)Information about options
The contracting authorities will consider proposals which involve partnering or joint ventures, in which 1 or more of them may become partners, members or shareholders.
II.2.13)Information about European Union funds
II.2.14)Additional information
The duration of the Pathology Service contract is 15 years with the option to extend for a further 5 years. The duration of the Framework Agreement available to other NHS bodies for send-away tests is 4 years.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As referenced in the specification.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
As part of the new Contract the intention is provide a framework agreement for send-away pathology tests to enable Additional Contracting Authorities to call-off. The framework agreement will be for 4 years.
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
2033
VI.2)Information about electronic workflows
VI.3)Additional information:
(1) The contracting authorities are looking to procure and award contracts for the provision to each of them of pathology services. The contracting authorities anticipate each of them entering into separate contracts with the selected supplier (and that the award may involve more than one contract between each contracting authority and the selected supplier).
(2) Potential bidders should be aware that the procurement is not dependent on all of the contracting authorities eventually awarding contracts with the selected supplier (although only one supplier will be selected). Each of the contracting authorities reserves the right not to award any contract(s).
(3) The precise place or places of work will be determined through the tender process but the selected supplier will need to provide at least some elements of the services from the premises of the Core Contracting Authorities. The contracting authorities currently anticipate that all of the procured services will need to be provided from within the UK.
(4) The contracting authorities are looking to award a framework agreement for send-away pathology tests (in addition to the award of the direct contracts with the Core Contracting Authorities referred to in section I.1 above) which can be called off from by any of the Additional Contracting Authorities listed at the following web links: A full list of NHS Acute Trusts is detailed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx A full list of NHS CCGs is detailed at: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
(5) The procurement is under the “light touch regime” pursuant to Regulations 74 to 76 of the Public Contracts Regulations 2015. As such the contracting authorities are free to set the procedures for the procurement, subject (inter alia) to those procedures being sufficient to ensure compliance with the principles of transparency and equal treatment. Accordingly, the contracting authorities intend to follow a procedure which broadly follows the process of a competitive dialogue, but will not be bound to follow all of the prescriptive elements of that procedure. References in this notice and subsequent procurement documents to the or a “competitive dialogue” shall be construed accordingly.
(6) Guy’s and St Thomas’ is leading a consortium to be one of seven new “Genomic Hubs” that are being established by NHS England. In the event that the Trust is awarded a contract to set up one of the Genomic Hubs the appointed service provider from this Procurement may be required to act as a sub-contractor to support the Consortium. This procurement will include provision for that sub-contract, should it be required.
(7) For Royal Brompton and Harefield the primary scope of this procurement is limited to exploring the potential to develop a combined Specialist Respiratory Microbiology Laboratory in partnership with the other Core Contracting Authorities and an external service provider.
(8) An information pack will be made available to bidders on completion and submission of an Non-Disclosure Agreement (NDA) via Delta e-Sourcing.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Pathology-services./6H9HVYG24Q
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6H9HVYG24Q
GO Reference: GO-2018815-PRO-13016049
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: