Section one: Contracting authority
one.1) Name and addresses
Royal National Orthopaedic Hospital NHS Trust
Brockley Hill
Stanmore
HA7 4LP
Contact
Stephen Marshman, Head of Contracts
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's address
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
Provision of Managed Pathology Services
Reference number
C297003
two.1.2) Main CPV code
- 85111800 - Pathology services
two.1.3) Type of contract
Services
two.1.4) Short description
The Royal National Orthopaedic Hospital NHS Trust (the "Authority") is issuing this Invitation to Tender ("ITT") in connection with the competitive procurement for the Provision of Managed Pathology Services for Royal National Orthopaedic Hospital NHS Trust.
The Authority has elected to undergo a competitive process conducted in accordance with The Health Care Services (Provider Selection Regime) Regulations 2023 (“PSR 2023”).
two.1.5) Estimated total value
Value excluding VAT: £19,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
- 85111800 - Pathology services
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The Royal National Orthopaedic Hospital NHS Trust (the "Authority") is issuing this Invitation to Tender ("ITT") in connection with the competitive procurement for the Provision of Managed Pathology Services for Royal National Orthopaedic Hospital NHS Trust.
The Authority has elected to undergo a competitive process conducted in accordance with The Health Care Services (Provider Selection Regime) Regulations 2023 (“PSR 2023”).
In procuring these services, the Authority will act transparently, fairly and proportionately with a view to securing the needs of the people who use the services, improving the quality of the services, and improving efficiency in the provision of the services transparently, fairly and proportionately.
The Authority is seeking a single supplier to provide services for an on-site pathology laboratory with access to further tests to be completed offsite, along with timely clinical advice in a number of specialities. The required service is for an end-to-end outsourced pathology service. The Authority is not seeking an equipment provider. The Authority is outsourcing pathology services to a third-party laboratory who will run and manage the services on site at RNOH.
The Authority requires a managed pathology service covering the disciplines of:
• Microbiology
• Virology
• Immunology
• Clinical Chemistry
• Haematology including Coagulation
• Blood Transfusion
The service is required 24 hours a day, 365 days a year.
The contract term will be for an eight (8) year period with the option to extend for two (2) years and then a further one (1) year commending on 1st November 2025. A service mobilisation period is applicable from 1st May 2025. The appointed supplier must align with the Trust's EPR deployment timeline, which requires the Supplier's current pathology configuration and Test environment to be available by 15th November 2024 and connected to our Trust integration engine. The estimated annual contract value is £2,400,000. The estimated contract value of the initial term is £19,200,000 and including all extension the estimated total contract value is £26,400,000.
To participate in the opportunity, 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
96
This contract is subject to renewal
Yes
Description of renewals
Option to extend for two (2) years + a further one (1) year.
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
Open 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 2024
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
2 September 2024
Local time
5:00pm
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