Section one: Contracting authority
one.1) Name and addresses
Leeds Teaching Hospitals NHS Trust (on behalf of The Collaborative-see below)
Supplies Dept, St James Hospial, Trust HQ, Beckett St
Leeds
LS9 7TF
Contact
Mr John Smith
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.leedsteachinghospitals.com/
Buyer's address
http://www.leedsteachinghospitals.com/
one.1) Name and addresses
Mid Yorkshire Hospitals NHS Trust
Wakefield
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.1) Name and addresses
Calderdale and Huddersfield NHS Foundation Trust
Huddersfield
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/Login
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Login
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
Collaborative Pathology Managed Service Contract on behalf of Calderdale and Huddersfield NHS Foundation Trust, Leeds Teaching Hospitals NHS Trust and Mid Yorkshire NHS Trust
Reference number
DN501953
two.1.2) Main CPV code
- 85111800 - Pathology services
two.1.3) Type of contract
Services
two.1.4) Short description
Calderdale and Huddersfield NHS Foundation Trust (CHFT), Leeds Teaching Hospitals NHS Trust (LTHT) and The Mid Yorkshire Hospitals NHS Trust (MYHT) (The “Collaborative”) are undertaking a competitive dialogue procurement exercise to select a managed service provider to supply The Collaborative’s Pan Pathology Managed Service (lot 1) and Cellular Pathology (lot 2). The provider for lot 2 may be the same provider or a different provider.
The procurement exercise is intended to result in a managed service which provides a flexible, quality and patient focused innovative service in line with best practice ensuring The Collaborative meets the needs of its patients.
The Collaborative wants to partner with a managed service provider to:
• underpin the ambition of The Collaborative as an exemplar Pathology Service now and in the future
• keep pace and evolve with the rapidly changing dynamics of delivering Pathology Services
The procurement exercise is intended to find a provider who will:
• Provide a state-of-the-art solution which can support the requirements today and in the future ensuring there is flexibility to adopt innovative solutions during the term of the contract;
• Provide a solution that meets the quality and speed of testing required by our patients and clinicians and which meets local and national turnaround times;
• Deploy and expand Point of Care testing in hospitals and primary care and self-testing at home;
• Facilitate cross site working and consistent processes to allow flexibility across The Collaborative;
• Support the transformational plans across the trusts, offering the flexibility of solution to support any consolidation of testing between laboratories;
• Work with a provider of Cellular pathology (lot 2) (which may be the same provider or a different provider).
The intended outcome of the procurement exercise is to contract with a provider who agrees to the contract evolving during its life. This will require on-going assessment, implementation of innovative changes and collaborative working with the provider and potential sub-contractors over the life of the contract. The way the service looks at the end of the contract will likely be very different to the initial implementation. Further details as to the contract structure for lot 1 and 2, as well as potential future services are set out in the Descriptive Document.
two.1.5) Estimated total value
Value excluding VAT: £475,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot 1 Blood Sciences, Specialist Testing, Microbiology, Automation and Programme Management
Lot No
1
two.2.2) Additional CPV code(s)
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Blood Sciences, Specialist Testing, Microbiology, Automation and Programme Management
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: £427,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
168
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As set out in the Selection Questionnaire
two.2.10) Information about variants
Variants will be accepted: No
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
two.2) Description
two.2.1) Title
Cellular Pathology
Lot No
2
two.2.2) Additional CPV code(s)
- 85111800 - Pathology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Cellular Pathology
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: £48,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
168
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
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.1.8) 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: 2020/S 193-467869
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 October 2021
Local time
12:00pm
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.4) Procedures for review
six.4.1) Review body
High Court - As per Public Contract Regulations 2015
London
Country
United Kingdom