Tender

Collaborative Pathology Managed Service Contract on behalf of Calderdale and Huddersfield NHS Foundation Trust, Leeds Teaching Hospitals NHS Trust and Mid Yorkshire NHS Trust

  • Leeds Teaching Hospitals NHS Trust (on behalf of The Collaborative-see below)
  • Mid Yorkshire Hospitals NHS Trust
  • Calderdale and Huddersfield NHS Foundation Trust

F02: Contract notice

Notice identifier: 2021/S 000-023487

Procurement identifier (OCID): ocds-h6vhtk-02e332

Published 21 September 2021, 4:07pm



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

Email

j.smith115@nhs.net

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

Email

j.smith115@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.midyorks.nhs.uk

one.1) Name and addresses

Calderdale and Huddersfield NHS Foundation Trust

Huddersfield

Email

j.smith115@nhs.net

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.cht.nhs.uk

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