Opportunity

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

  • Wessex NHS Procurement Limited
  • Portsmouth Hospitals University NHS Trust
  • Salisbury NHS Foundation Trust
  • Isle of Wight NHS Trust
  • University Hospitals Dorset NHS Foundation Trust
Show 2 more buyers Show fewer buyers
  • Dorset County Hospital NHS Foundation Trust
  • Hampshire Hospitals NHS Foundation Trust

F02: Contract notice

Notice reference: 2022/S 000-019848

Published 21 July 2022, 10:05am



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

Email

Deborah.parin@wpl.uhs.nhs.uk

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

Email

Deborah.parin@wpl.uhs.nhs.uk

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

Email

Deborah.parin@wpl.uhs.nhs.uk

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

http://www.salisbury.nhs.uk/

one.1) Name and addresses

Isle of Wight NHS Trust

Parkhurst Road

Newport

PO30 5TG

Contact

Debbie Parin

Email

Deborah.parin@wpl.uhs.nhs.uk

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

https://www.iow.nhs.uk/

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

Email

Deborah.parin@wpl.uhs.nhs.uk

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

https://www.uhd.nhs.uk/

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

Email

Deborah.parin@wpl.uhs.nhs.uk

Country

United Kingdom

NUTS code

UKK - South West (England)

Internet address(es)

Main address

https://www.dchft.nhs.uk/

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

Email

Deborah.parin@wpl.uhs.nhs.uk

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

www.delta-esourcing.com

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