- Scope of the procurement
- Lot 1. Pathology Managed Services
- Lot 2. Blood & Cellular Sciences
- Lot 3. Genomics
- Lot 4. Point of Care Testing
- Lot 5. Laboratory Equipment & Consumables
- Lot 6. Digital Pathology, Imaging & IT
- Lot 7. Pathology Outsourced Services
- Lot 8. Pathology One-Stop-Shop
- Lot 9. Pathology Market Updates & Innovation 1
- Lot 10. Pathology Market Updates & Innovation 2
Section one: Contracting authority
one.1) Name and addresses
NHS Supply Chain
Wellington House, 133-155 Waterloo Road
London
SE1 8UG
Alice.Dixon2@supplychain.nhs.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.supplychain.nhs.uk/
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://nhssupplychain.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://nhssupplychain.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned 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://nhssupplychain.app.jaggaer.com/web/login.html
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Laboratory Diagnostics, Point of Care Testing & Pathology Managed Service
two.1.2) Main CPV code
- 85111800 - Pathology services
two.1.3) Type of contract
Services
two.1.4) Short description
NHS Supply Chain seeks to establish a non-exclusive Framework Agreement for supply of Invitro Diagnostic & Pathology related products and services vital to the delivery of effective, efficient, and resilient healthcare services.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 10
two.2) Description
two.2.1) Title
Pathology Managed Services
Lot No
1
two.2.2) Additional CPV code(s)
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Our current proposed scope is looking to include Pathology Managed Services relating to all Pathology Disciplines with the remit to cover but not limited to;
• Capital, Instruments & Devices
• Reagents, Chemicals & Consumables
• Maintenance
• IT, AI & Software Integration
• Estates
• Staffing
• Test Validation & Quality Control
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Blood & Cellular Sciences
Lot No
2
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33696000 - Reagents and contrast media
- 38434500 - Biochemical analysers
- 38434520 - Blood analysers
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Our current proposed scope is looking to include but is not limited to Capital, Reagents & Consumables and Services relating to;
• Biochemistry
• Immunopathology
• Haematology
• Molecular Testing
• Cytology
• Microbiology
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Genomics
Lot No
3
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33696000 - Reagents and contrast media
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Our current proposed scope is looking to include but is not limited to Capital, Reagents & Consumables and Services relating to;
• Genomics
• Genetics
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Point of Care Testing
Lot No
4
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Our current proposed scope is looking to include but is not limited to Devices, Reagents & Consumables and Managed Services relating to;
• Point of Care Testing
• Home Testing/ Primary Care Screening programmes
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Laboratory Equipment & Consumables
Lot No
5
two.2.2) Additional CPV code(s)
- 33100000 - Medical equipments
- 33140000 - Medical consumables
- 33793000 - Laboratory glassware
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Our current proposed scope is looking to include but is not limited to Capital & Consumables and Services relating to;
• Mortuary & Autopsy
• Specimen Collection & Storage
• Sample Packaging & Mailing Kits
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Digital Pathology, Imaging & IT
Lot No
6
two.2.2) Additional CPV code(s)
- 33110000 - Imaging equipment for medical, dental and veterinary use
- 38510000 - Microscopes
- 48000000 - Software package and information systems
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Our current proposed scope is looking to include but is not limited to Capital & Services relating to;
• Digital Pathology Equipment & IT Systems
• Pathology Imaging Equipment
• Microscopes
• Histopathology
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Pathology Outsourced Services
Lot No
7
two.2.2) Additional CPV code(s)
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Our current proposed scope is looking to include but is not limited to the provision of
• additional Laboratory Testing Services to support NHS Trusts with workload
• Pre and Post Analytical Consultancy Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Pathology One-Stop-Shop
Lot No
8
two.2.2) Additional CPV code(s)
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Scope of all Lots to allow for provision of all goods & services under one procurement activity
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Pathology Market Updates & Innovation 1
Lot No
9
two.2.2) Additional CPV code(s)
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
As we see changes in the diagnostics markets and the NHS moves towards a more integrated model of care delivery through Integrated Care Systems (ICS) this framework intends to establish a mechanism for NHS Customers and other health and social care organisations to access the support and services they need to transform how they deliver care.
NHS Supply Chain is looking to procure additional provisions within the Framework term giving new suppliers an opportunity to bid. Lot 9 provides the first mechanism for suppliers of specialist & innovative solutions within the scope of the framework agreement to bid to provide their innovation through the framework for the remaining term
Further details, including a description of the services, is provided in the ITT documents available at the address above
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Pathology Market Updates & Innovation 2
Lot No
10
two.2.2) Additional CPV code(s)
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
As we see changes in the diagnostics markets and the NHS moves towards a more integrated model of care delivery through Integrated Care Systems (ICS) this framework intends to establish a mechanism for NHS Customers and other health and social care organisations to access the support and services they need to transform how they deliver care.
NHS Supply Chain is looking to procure additional provisions within the Framework term giving new suppliers an opportunity to bid. Lot 10 provides the second mechanism for suppliers of specialist & innovative solutions within the scope of the framework agreement to bid to provide their innovation through the framework for the remaining term
Further details, including a description of the services, is provided in the ITT documents available at the address above .
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 March 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 March 2023
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Supply Chain Co-ordination Ltd
London
Country
United Kingdom