Tender

Managed Equipment Service for Sexual Health Testing

  • Chelsea and Westminster Hospital NHS Foundation Trust

F02: Contract notice

Notice identifier: 2024/S 000-023910

Procurement identifier (OCID): ocds-h6vhtk-048640

Published 31 July 2024, 10:51am



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

John Magnier - Head of Sourcing (Healthcare) - NWLPS

Email

john.magnier2@nhs.net

Country

United Kingdom

Region code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

https://www.chelwest.nhs.uk

Buyer's address

https://www.chelwest.nhs.uk

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

C299155

two.1.2) Main CPV code

  • 33100000 - Medical equipments

two.1.3) Type of contract

Supplies

two.1.4) Short description

Chelsea & Westminster Hospital NHS FT (CW) are seeking a managed service partner in the implementation of Chlamydia Trachomatis (CT) and Neisseria Gonorrhoeae (NG) testing at their sexual health screening facilities. This procurement will be via a Restricted Procedure.

two.1.5) Estimated total value

Value excluding VAT: £26,250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 38434540 - Biomedical equipment

two.2.3) Place of performance

NUTS codes
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

The procurement will be via a Restricted Process, with a need to complete successfully a Supplier Questionnaire before a short list of bidders will be invited to the ITT. The approximate value is £26.25m over a contract of 5years + a possible 2 years further extension.

To express interest and participate in the tender, please register and apply via Atamis e-sourcing portal https://health- family.force.com/s/Welcome.
Should Tenderers have any queries, or having problems using the portal, they should contact Helpdesk at:
Phone: 0800 9956035
E-mail: support-health@atamis.co.uk

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Option to extend for a further 24mths, may be available

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 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 tenders or requests to participate

Date

30 August 2024

Local time

10:00am

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

31 July 2024

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: 4 (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

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/

six.4.2) Body responsible for mediation procedures

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.uk/courts-and-tribunals/high-court/