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
Country
United Kingdom
Region code
UKI33 - Kensington & Chelsea and Hammersmith & Fulham
Internet address(es)
Main address
Buyer's address
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
six.4.2) Body responsible for mediation procedures
NHS England
7-8 Wellington Place
Leeds
LS1 4AP
Country
United Kingdom