Tender

Managed Equipment Service for Sexual Health Testing

  • Chelsea and Westminster Hospital NHS Foundation Trust

F01: Prior information notice (call for competition)

Notice identifier: 2024/S 000-015833

Procurement identifier (OCID): ocds-h6vhtk-0468d9

Published 20 May 2024, 11:59am



Section one: Contracting authority

one.1) Name and addresses

Chelsea and Westminster Hospital NHS Foundation Trust

Unit G3, Harbour Yard, Chelsea Harbour

London

SW10 0XD

Contact

Mr Simon Parry

Email

s.parry11@nhs.net

Country

United Kingdom

Region code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

https://www.chelwest.nhs.uk

Buyer's address

https://www.chelwest.nhs.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://health-family.force.com/s/Welcome

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://health-family.force.com/s/Welcome

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://health-family.force.com/s/Welcome

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 Equipment Service for Sexual Health Testing

Reference number

C285315

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

Chelsea & Westminster NHS FT (CWFT) is seeking a managed service partner in the implementation of near-patient Chlamydia Trachomatis and Neisseria Gonorrhoeae (CT/NG) PCR testing and/or upgrading of existing CT/NG systems at their sexual health screening locations in Central/North-West London, to process approximately 260,000 CT/NG PCR tests per annum. The objective will be to have one supplier that can provide the most cost-effective solutions for each of CWFT’s four sexual health clinics, whilst being able to process the volumes required, and complying with the pre-requisites as defined in this document. To ensure one complete service solution, Suppliers might have to make use of third-party suppliers for tests, hardware and/or software that cannot be provided in-house. However, support for all hardware, software and materials will rest with the Supplier and CW will not enter any contracts with any third-party supplier.
By consolidating the CW sexual health CT/NG testing services across the four sites with a single supplier, CW is seeking to provide a more cost-effective and joined up testing service, while maintaining and exceeding the current levels of service and quality, in order to provide a first-class service to their clients.
The target Turnaround Time (TAT) is for tests to be predictable, measured as 80% within target time, turnaround time. It can be assumed that this time excludes receipt and registration but must include all sample tracking, preparation, batching, equipment run-time, validation and result transmission via the agreed interface to the clinic management system. The TAT target should allow for any breakdowns as well as planned and unplanned service costs. There must be sufficient redundancy in the system to accommodate this.

Suppliers must specify the workforce that will be required to safely operate the proposed system. This will factor into the financial evaluation and, will also be a consideration when setting the KPIs. Staff activities that should be allowed for must include all throughput and non-throughput related activities directly related to testing, including sample processing, materials management, equipment operation and maintenance, quality control activities and waste management. For costing purposes, supplier should specify FTEs to staff any proposed testing site, as per the operating hours outlined in the tender documentation.

The requirement is for testing to be available at any of the four main sites across Central London with transport of samples from community clinics to one of the four main clinic sites.

Suppliers should clearly state the total installed capacity that is available and the percentage of this capacity that will be available in case of critical failures of at least one instrument.

The Trust has a strong preference for work to be performed within the confines of the clinic and no space has been allocated for laboratory testing operations outside of the current clinic footprint. The available space per site is set in the tender documentation and should there be a need to expand beyond this space, or any further enabling works, this will be accounted for in the financial evaluation.

The four sites in scope are:
- 10 Hammersmith Broadway Clinic
- John Hunter Clinic for Sexual Health
- 34 Dean Street
- Sexual Health Hounslow

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
Main site or place of performance

56 Dean Street, 10 Hammersmith Broadway, Sexual Health Hounslow (Twickenham House) and John Hunter Clinic

two.2.4) Description of the procurement

Akin to Restricted procedure under the Light touch Regime

two.2.5) Award criteria

Cost criterion - Name: Commercial / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £15,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 January 2025

End date

27 May 2034

This contract is subject to renewal

Yes

Description of renewals

Chelsea & Westminster is seeking a comprehensive long-term solution for CT/NG PCR testing services over a period of ten (10) years with the option for equipment refresh after five (5) years. Optional extension for an additional five (5) years may be discussed.

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

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of expressions of interest

Date

14 June 2024

Local time

2:30pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

NHS England

7-8 Wellington Place

Leeds

LS1 4AP

Country

United Kingdom

Internet address

https://www.england.nhs.uk/

six.4.2) Body responsible for mediation procedures

NHS England

7-8 Wellington Place

Leeds

LS1 4AP

Country

United Kingdom

Internet address

https://www.england.nhs.uk/