Tender

Provision of Managed Pathology Services

  • Royal National Orthopaedic Hospital NHS Trust

F02: Contract notice

Notice identifier: 2024/S 000-027947

Procurement identifier (OCID): ocds-h6vhtk-049743

Published 2 September 2024, 2:39pm



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

Email

stephen.marshman@nhs.net

Country

United Kingdom

Region code

UKI74 - Harrow and Hillingdon

Internet address(es)

Main address

https://www.rnoh.nhs.uk

Buyer's address

https://www.rnoh.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

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

Internet address

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