Tender

Managed Pathology / Equipment Service

  • Chelsea and Westminster Hospital NHS Foundation Trust

F02: Contract notice

Notice identifier: 2022/S 000-026001

Procurement identifier (OCID): ocds-h6vhtk-0368f4

Published 16 September 2022, 9:56am



Section one: Contracting authority

one.1) Name and addresses

Chelsea and Westminster Hospital NHS Foundation Trust

London

Contact

Ishtiaq Ahad

Email

chelwestctng@Lifecycle.co.uk

Telephone

+44 7956061177

Country

United Kingdom

Region code

UKI32 - Westminster

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main 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://www.lifecycle.co.uk/tenders.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.lifecycle.co.uk/tenders.html

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 Pathology / Equipment Service

Reference number

LGM35681

two.1.2) Main CPV code

  • 85323000 - Community health services

two.1.3) Type of contract

Services

two.1.4) Short description

Chelsea & Westminster NHS FT (CW) is seeking a managed equipment service (MES) that will provide, as a minimum, the necessary equipment, materials, servicing and maintenance as well as software to allow CW to process approximately 455,000 Chlamydia trachomatis and Neisseria gonorrhoeae (CT/NG) PCR tests per annum, across four sites. The Trust is seeking a solution that will provide the best balance of performance (in terms of turnaround time), quality, reliability, ease of use, space utilisation and cost efficiency. Consequently, suppliers can propose single or multi-site solutions but must take account of the full requirements when submitting their proposals. Lifecycle Management Group has been appointed to support CW with this exercise.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
  • UKI33 - Kensington & Chelsea and Hammersmith & Fulham

two.2.4) Description of the procurement

CW is seeking to purchase a managed equipment service (MES) that will provide, as a minimum, the necessary equipment, materials, servicing and maintenance as well as software to allow CW to process approximately 455,000 CT/NG PCR tests per annum, across four sites. The Trust is seeking a solution that will provide the best balance of performance (in terms of turnaround time), quality, reliability, ease of use, space utilisation and cost efficiency. Consequently, suppliers can propose single or multi-site solutions but must take account of the following and the full requirements when submitting their proposals:

The target Turnaround Time (TAT) is for tests to be predictable, measured as 80% within target time, turnaround time. It can be assumed that this time excludes receipt and registration but must include all sample tracking, preparation, batching, equipment run-time, validation and result transmission via the agreed interface to the clinic management system. The TAT target should allow for any breakdowns as well as planned and unplanned service costs. There must be sufficient redundancy in the system to accommodate this.

Suppliers must specify the workforce that will be required to safely operate the proposed system. This will factor into the financial evaluation and, will also be a consideration when setting the KPIs. Staff activities that should be allowed for must include all throughput and non-throughput related activities directly related to testing, including sample processing, materials management, equipment operation and maintenance, quality control activities and waste management. For costing purposes, supplier should specify FTEs to staff any proposed testing site, as per the operating hours outlined in the tender documentation.

The requirement is for testing to be available at any of the four sites across Central London. If the proposal is for some of these sites to be serviced through a centralised testing model, with samples being transported between sites, this will be reflected in the financial proposal. However, CW will be responsible for providing inter-site transport and this will not form part of the scope of the MES. The time to transport samples between sites will not count towards the target TAT as stated above. Suppliers should, however, allow for peak hourly demand, including the transport delay, when determining capacity requirements.

Suppliers should clearly state the total installed capacity that is available and the percentage of this capacity that will be available in case of critical failures of at least one instrument.

The Trust has a strong preference for work to be performed within the confines of the clinic and no space has been allocated for laboratory testing operations outside of the current clinic footprint. The available space per site is set in the tender documentation and should there be a need to expand beyond this space, this will be accounted for in the financial evaluation.

The four sites in scope are:

- 10 Hammersmith Broadway Clinic

- John Hunter Clinic for Sexual Health

- 56 Dean Street Clinic

- West Middlesex University Hospital Sexual Health Clinic

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

CW is seeking a comprehensive long-term solution for CT/NG PCR testing services over a period of five (5) years. Optional extension for an additional two (2) years may be discussed.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No


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

SEC³URE

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

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 September 2022

Local time

2:00pm

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: 3 (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

Lifecycle Management Group Ltd

Oxford

Email

chelwestctng@Lifecycle.co.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar days standstill period at the point of information on the decision to award the contract is communicated to bidders in accordance with Regulation 32A of the Public Procurement (Amendment etc.) (EU Exit) Regulations 2020.

Any bidder wishing to appeal the decision to award the contract, or after the award of contract, appeal the award, shall have the rights as set out in Part 9 of the Public Contract Regulations.