Pathology Services Tameside
RMP-M7639 – Pathology Laboratory Managed Service.
UK-Ashton-under-Lyne: pathology services
2012/S 52-085173
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Tameside Hospital NHS Foundation Trust
Tameside General Hospital, Fountain Street
Contact point(s): For commercial enquiries
For the attention of: Michael Doyle
OL6 9RW Ashton-under-Lyne
UNITED KINGDOM
Telephone: +44 1619226561
E-mail: michael.doyle@tgh.nhs.uk
Fax: +44 1619226555
Internet address(es):
General address of the contracting authority: http://www.tamesidehospital.nhs.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Tameside Hospital and/or Stepping Hill Hospital.
NUTS code UKD3
By tendering for a Laboratory Managed Service the Auhorities aim to introduce modern, state of the art laboratory services, which improves the quality of the service and maximises financial efficiency.
Existing Authority staff will continue to be employed by the respective Authorities and will continue to operate and monitor analytical equipment supplied and maintained as part of the service provision.
The current equipment used to provide the service at the respective laboratories is a mixture of items purchased by either capital funding, lease option or reagent rental. The equipment varies in age and level of technological advancement. The aim of the project is to provide a modern automated system that is replaced at regular intervals as required by workload, test repertoire and technological advances. This should streamline and lean the workflow, allowing an increase in capacity, improved stock efficiency and turnaround times, professional development of staff and have the potential to increase market share and provide savings.
Provision of a Managed Service will streamline the service at both sites and provide opportunities to expand the range and geographical spread of services provided. It will drive efficiency savings and give an opportunity for workforce modernisation.
The Authorities will consider options for either a simplified, integrated total laboratory solution or suggested laboratory solutions which will ensure delivery of Key Performance Indicators (KPI’s), which will be agreed with the Primary Contractor(s).
It is envisaged that the Managed Service will include all aspects of equipment provision, including but not limited to the procurement of equipment and consumables, assisting the authorities in product and service evaluation, installation, point of care implementation and inventory management. Additionally, the service will include the provision of training, maintenance and repair services either directly or via agreed third party arrangements. This will include the supplier being responsible for legacy equipment currently installed within the laboratories at the beginning of the contract together with the supply of all reagents and consumables necessary to provide the service.
It is essential that suppliers interested in providing a solution must be capable of providing a service with scalable flexibility and have the capacity and willingness to work with third party suppliers.
It is expected that the supplier will provide and advise appropriate IT solutions and interfaces to the respective Authority IT networks and manage a portfolio of third party suppliers and assist the Authorities in reaching optimum efficiency within their current facilities as well as any subsequent reorganisations/relocations. It is also expected that the provider will assist the Authorities in the management and provision of sufficient and relevant documentation that enables it to meet statutory and accreditation requirements.
85111800, 33159000, 33690000, 38000000, 38434000
Tenders may be submitted for all lots
The Authorities invite interested suppliers to complete the Pre-Qualification Questionnaire (PQQ) as their expression of interest.
The Authorities reserve their rights as to whether or not a contract or a number of contracts are awarded under any of the three Lots and the 17 sub-Lots detailed in Annex B of this contract Notice.
The Authorities also reserve their rights as to whether the contract is awarded to one or more providers, for one or more Managed Services, or as the case may be, for one or more Lots or sub-Lots by the contracting Authorities. The contracting Authorities also reserve the right to enter into contracts with one or more providers on a joint or separate basis depending upon the chosen solution(s) and provider(s).
The PQQ requires interested suppliers to stipulate whether they would like to be considered as (a) a Primary Contractor only (b) a Primary Contractor who would also be willing to work as a Third Party Contractor should they not be successful in being shortlisted as a Primary Contractor under the PQQ (c) a Third Party Contractor only.
Important Note: Third party providers must also complete this PQQ in full – this is a mandatory requirement.
Important Note: All Prime Contractors must ensure that Third Party Contractors they intend to use or partner with for any Lots or Sub-Lots have completed this PQQ.
Important Note: Bids under Lot 2 will also require capital purchase options to be submitted.
Estimated value excluding VAT:
Range: between 6 300 000 and 14 800 000 GBP
Description of these options: Managed service contract will be for 7 years with the option for additional 7 year extension with instrument and equipment refresh.
Provisional timetable for recourse to these options:
in months: 84 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Tameside Hospital
85111800, 33159000, 33690000, 38000000, 38434000
(1) Automated and fully interfaced Full Blood Count (FBC) analysers;
(2) Automated and fully interfaced ESR analysers;
(3) Automated and fully interfaced Coagulation Analysers;
(4) Automated and fully interfaced Biochemistry (including Immunoassay) analysers;
(5) Automated and fully interfaced HbA1c and Haemoglobinopathy analysers;
(6) Automated and fully interfaced Tracking systems for analysers listed in 1, 2, 3, 4 and 5 above;
(7) Fully interfaced POCT instruments for Blood Glucose and Ketones;
(8) Fully interfaced POCT instruments for Blood Gas;
(9) Fully interfaced POCT instruments for Urine Dipsticks;
(10) Fully interfaced POCT instruments for Urine Pregnancy Testing;
(11) IT Middleware;
(12) Blood bank fridges, freezers & incubators;
(13) Blood Collection Systems for General Pathology Phlebotomy (including Blood Gas);
(14) Internal Quality Control Materials.
For Lot 1 the Primary Contractor(s) may be required to transfer Tameside Hospital Foundation Trust owned pathology equipment into the Managed Service. This transfer may be by selling, leasing or assigning the lease to the chosen Primary Contractor(s).
Estimated value excluding VAT:
Range: between 5 950 000 and 13 300 000 GBP
85111800, 33159000, 33690000, 38000000, 38434000
(1) Automated and fully interfaced Full Blood Count (FBC) analysers;
(2) Automated and Fully Interfaced Tracking Systems for FBC analysers;
(3) IT Middleware.
Bids under Lot 2 will also require capital purchase options to be submitted.
Estimated value excluding VAT:
Range: between 350 000 and 1 500 000 GBP
85111800, 33159000, 33690000, 38000000, 38434000
Estimated value excluding VAT:
Range: between 6 300 000 and 14 800 000 GBP
Section III: Legal, economic, financial and technical information
Description of particular conditions: Further details will be provided in the tender documentation.
As set out in the PQQ.
Minimum level(s) of standards possibly required:
Timely completion of the PQQ is a mandatory requirement for organisations to formally express an interest in this contract opportunity.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As per the PQQ process. The top 5 to 7 organisations (subject to adequate response) will be shortlisted against the criteria stated in the PQQ.
The most economically advantageous tender in terms of the criteria stated below
1. Contract organisation. Weighting 10
2. Management & resources. Weighting 3
3. Service quality. Weighting 31
4. Human resources. Weighting 2
5. Risk management. Weighting 2
6. Sustainability. Weighting 2
7. Price. Weighting 45
8. Volume of business price breaks. Weighting 5
Section VI: Complementary information
i) Advert and PQQ published – 12.3.2012.
ii) Expressions of interest and PQQ responses fully completed – by 17:00 hrs 19.4.2012 (firm).
iii) Site visits for shortlisted suppliers and approved third Part Contractors, between 20.4.2012 and Friday 3.8.2012.
iv) ITT documents published – 6.8.2012 (estimated).
v) Final bids submitted – 21.9.2012 (estimated).
vi) Notification of award decision – 16.11.2012 (estimated).
Please note that additional time has been provided in the procurement process post PQQ and prior to the issue of the ITT for all shortlisted Primary Contractors and approved Third Party Contractors to visit the respective sites and review the service.
These timeframes are subject to potential change. Any such changes will communicated to interested parties through the EU Supply CTM system.
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information through the NHS Shared Business Services (SBS) eTendering portal as follows:
i) Candidates should register on the NHS SBS eTendering portal at https://nhssbs.eu-supply.com by clicking the link to register;
ii) Accept the terms and conditions and click “continue”;
iii) Enter your correct business and user details (note the username you choose) and click “Save” when complete;
iv) You will shortly receive an email with your unique password (please keep this secure).
Following an expression of interest on nhssbs.eu-supply.com, the PQQ will be available to access on nhssbs.eu-supply.com. This PQQ must be returned in accordance with the instructions set out in the document by the time and date set out at section IV.3.4 above. The contracting authority does not bind itself to accept the lowest or any offer. The contracting authority is not responsible for any costs incurred by bidders in relation to the participation in this process.
For any support in submitting your expression of interest please contact the eTendering Help-desk at +44 8008402050 or support@eu-supply.com.
For technical enquiries relating to Lot 1 please contact: Geoff Lavelle, Blood Sciences Manager, Tameside Hospital NHS Foundation Trust. e-mail: geoff.lavelle@tgh.nhs.uk tel: +44 1619226392.
For technical enquiries relating to Lot 2 please contact: Margaret Drury, Technical Head of Blood Sciences, Stockport NHS Foundation Trust. e-mail: margaret.drury@stockport.nhs.uk tel: +44 1614195630.
VI.5)Date of dispatch of this notice:12.3.2012