Section one: Contracting authority
one.1) Name and addresses
Wessex NHS Procurement Limited
Trust Management Offices Mailpoint 18,, Southampton General Hospital,, Tremona Rd,
Southampton
SO16 6YD
Contact
Deborah Parin Steve Jerrim
Telephone
+44 7799316082
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
https://www.hampshirehospitals.nhs.uk/
one.1) Name and addresses
Portsmouth Hospitals University NHS Trust
Queen Alexandra Hospital, Southwick Hill Road, Cosham
Portsmouth
PO6 3LY
Contact
Debbie Parin
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
http://www.hampshirehospitals.nhs.uk/
one.1) Name and addresses
Salisbury NHS Foundation Trust
Odstock Road
Salisbury
SP2 8BJ
Contact
Debbie Parin
Country
United Kingdom
NUTS code
UKK - South West (England)
Internet address(es)
Main address
one.1) Name and addresses
Isle of Wight NHS Trust
Parkhurst Road
Newport
PO30 5TG
Contact
Debbie Parin
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
one.1) Name and addresses
University Hospitals Dorset NHS Foundation Trust
Trust Management Offices Mailpoint 18,, Southampton General Hospital,, Tremona Rd,
Southampton
SO16 6YD
Contact
Deborah Parin Steve Jerrim
Country
United Kingdom
NUTS code
UKK - South West (England)
Internet address(es)
Main address
one.1) Name and addresses
Dorset County Hospital NHS Foundation Trust
Trust Management Offices Mailpoint 18,, Southampton General Hospital,, Tremona Rd,
Southampton
SO16 6YD
Contact
Deborah Parin Steve Jerrim
Country
United Kingdom
NUTS code
UKK - South West (England)
Internet address(es)
Main address
one.1) Name and addresses
Hampshire Hospitals NHS Foundation Trust
Trust Management Offices Mailpoint 18,, Southampton General Hospital,, Tremona Rd,
Southampton
SO16 6YD
Contact
Deborah Parin Steve Jerrim
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
https://www.hampshirehospitals.nhs.uk/
one.2) Information about joint procurement
The contract involves 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://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Pathology-services./NXX6YCJD67
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Pathology-services./TY296BM65B
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
Tender for the provision of a Managed Service Contract for Molecular Diagnostics including provision for the successful bidder to procure further sub-categories of Microbiology
Reference number
WPL01657
two.1.2) Main CPV code
- 85111800 - Pathology services
two.1.3) Type of contract
Services
two.1.4) Short description
Tender for a Managed Service Contract (MSC) for Molecular Diagnostics, including provision for the successful bidder to procure further sub-categories of Microbiology on behalf of the Southern Counties Pathology Network (SCP)
two.1.5) Estimated total value
Value excluding VAT: £118,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKJ - South East (England)
- UKK - South West (England)
Main site or place of performance
SOUTH EAST (ENGLAND),SOUTH WEST (ENGLAND)
two.2.4) Description of the procurement
Southern Counties Pathology (SCP) is a procurement consortium of NHS and Foundation Trusts that forms the NHS Improvement South 6 Pathology Network. The SCP consists of:
Isle of Wight NHS Trust
Hampshire Hospitals NHS Foundation Trust
Dorset County Hospital NHS Foundation Trust and University Hospitals Dorset NHS Foundation Trust comprise One Dorset Pathology
Portsmouth Hospitals University NHS Trust
Salisbury NHS Foundation Trust
University Hospitals Southampton NHS Foundation Trust (Not participating in this tender)
SCP is undertaking a procurement to appoint a fully managed service contract, which includes but is not limited to, the provision of equipment, consumables, ancillary items, maintenance, building works, IT integration, quality controls and staff training required for the provision of molecular diagnostics across the Network.
The total estimated value of Microbiology across the Trusts participating in this tender is £118,000,000 over the life of the contract. The total estimated value of Molecular Diagnostics, which is a sub category of Microbiology, is estimated as circa. £36,000,000 over the life of the contract. The individual values per Trust for molecular diagnostics are available in the invitation to tender documents. A year-on-year uplift of 4% has been added to reflect predicted growth.
The successful bidder must also demonstrate they have the capacity and capability to run both mini competitions and fully compliant procurements under Public Contracts Regulations 2015 (PCR 2015) for SCP future requirements including further sub-categories of Microbiology.
The total value of Microbiology (excluding Molecular Diagnostics) between 2022 and 2031 is estimated at £82,000,000 and includes but is not limited to, the following sub-categories.
Tests currently processed outside the SCP Network
•Blood culture diagnostics
•Procurement of culture media (conventional & chromogenic)
•Urine analysis (microscopy & culture)
•Antimicrobial susceptibility testing
•Microbial identification systems
•Automation for microbial culture
•Mycobacterial diagnosis
The managed service contract for Molecular Diagnostics and any future contracts appointed within Microbiology, will complete co-terminus with the over-arching SCP Pathology managed service contract, on 19th July 2031
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £118,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
19 January 2023
End date
19 July 2031
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 3
Maximum number: 4
Objective criteria for choosing the limited number of candidates:
Potential bidders will be invited to complete a Selection Questionnaire (SQ) Stage 1 that will be evaluated and scored and only the top 3 scoring potential bidders will proceed to the Invitation to Tender (ITT) Stage 2. If a potential bidder has an equal score within the Top 3 then they also proceed to the ITT Stage 2. Potential bidders who fail to achieve a Top 3 score will not be invited to the ITT Stage 2 and will leave the procurement process at Stage 1.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Options are detailed in the Invitation To Tender (ITT) documents.
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.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/RJ4NRVN7S8
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All bidders must be ISO 9001 accredited.
Suppliers providing measurement and calibration services within the solution offered must be ISO17025 accredited.
Documentation must be supplied to the standard required by ISO15189:2012
Although not mandatory it is preferred that suppliers who are providing medical devices and related services are ISO 13485:2016 accredited.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Contract performance conditions are detailed in the Key Performance Indicators named Appendix B to Document 2 Supplier Questionnaire (Stage 1)
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2022/S 000-012844
four.2.2) Time limit for receipt of tenders or requests to participate
Date
22 August 2022
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 August 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
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.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out in the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Pathology-services./NXX6YCJD67
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/NXX6YCJD67
GO Reference: GO-2022721-PRO-20647702
six.4) Procedures for review
six.4.1) Review body
Wessex NHS Procurement Limited
Graham Road
Southampton
SO14 0YG
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
London
Country
United Kingdom