Section one: Contracting authority/entity
one.1) Name and addresses
Barking, Havering and Redbridge University Hospitals NHS Trust
Queens Hospitals, Rom Valley Way
Romford
RM7 0AG
Contact
Daniel Montague
Country
United Kingdom
Region code
UKI52 - Barking & Dagenham and Havering
Internet address(es)
Main address
https://www.bhrhospitals.nhs.uk
Buyer's address
https://www.bhrhospitals.nhs.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Managed Service Solution for Pathology Blood Science
two.1.2) Main CPV code
- 85111800 - Pathology services
two.1.3) Type of contract
Services
two.1.4) Short description
Managed Service Solution for Pathology Blood Sciences
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £7,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 85111800 - Pathology services
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UKI52 - Barking & Dagenham and Havering
Main site or place of performance
Barking
two.2.4) Description of the procurement
The Contracting Authority is not awarding a new contract. This VEAT notice is in respect of a proposed modification to the Contract. The Trust is taking up the option provided in the original contract for the provision of additional Serology and Allergen services.
This VEAT notice is in respect of a proposed modification to extend the existing Managed Service Solutions for Pathology Blood Sciences contract to include additional Serology and Allergen services. The contract modification for these services will be for a period of 4 years from April 2025.
See section VI.3 for further details.
two.2.5) Award criteria
Price
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
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
The Contracting Authority is not awarding a new contract. This VEAT notice is in respect of a proposed modification to the Contract. The Trust is taking up the option provided in the original contract for the provision of additional Serology and Allergen services.
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.2.1) Previous publication concerning this procedure
Notice number: 2013/S 192-331506
Section five. Award of contract/concession
A contract/lot is awarded: Yes
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract
3 August 2017
five.2.2) Information about tenders
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
SYSMEX UK LIMITED
Sysmex House, Garamonde Drive, Wymbush
Wymbush
MK8 8DF
Country
United Kingdom
NUTS code
- UKI - London
National registration number
02598523
Internet address
The contractor/concessionaire is an SME
No
five.2.4) Information on value of contract/lot/concession (excluding VAT)
Initial estimated total value of the contract/lot/concession: £7,000,000
Total value of the contract/lot/concession: £7,000,000
five.2.5) Information about subcontracting
The contract/lot/concession is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 90 %
Section six. Complementary information
six.3) Additional information
The Contracting Authority considers that the modification is permitted under each of Regulation 72(1)(a). Under the contract, the services specification references the optional pathology test services including the appropriate equipment and consumables which are available to be called off by the Contracting Authority to facilitate its healthcare and related services. This specifically includes Serology and Allergens. In addition, the charges schedule permits the Contracting Authority to add such optional test services to the scope of the Service Provider's solution deployed under the contract. It is clear that the contract's intention was to future proof the contract to the extent possible, and Serology and Allergens test services was envisaged at the time of the contract. The Contracting Authority considers that the original contract permitted this modification and envisaged these services at the time of the contract. In addition, this modification would not alter the overall nature of the contract. Therefore, the Contracting Authority’s intention to modify the contract is justified on the basis of Regulation 72(1)(a).
In addition, the overall cost for including the Serology and Allergens services in the contract will not exceed 50% of the value of the original contract.
six.4) Procedures for review
six.4.1) Review body
High Court
Strand,
London,
WC2A 2LL
Country
United Kingdom
Internet address
https://www.theroyalcourtsofjustice.com
six.4.2) Body responsible for mediation procedures
Barking, Havering and Redbridge University Hospitals NHS Trust
Queens Hospitals, Rom Valley Way
Romford
RM7 0AG
Country
United Kingdom
Internet address
https://www.bhrhospitals.nhs.uk
six.4.4) Service from which information about the review procedure may be obtained
Barking, Havering and Redbridge University Hospitals NHS Trust
Queens Hospitals, Rom Valley Way
Romford
RM7 0AG
Country
United Kingdom