Tender

Programme CORTISONE - Laboratory Information Management System (LIMS)

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2024/S 000-030085

Procurement identifier (OCID): ocds-h6vhtk-049c6b

Published 19 September 2024, 10:09pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

MOD Corsham, Westwells Road,

Corsham

​​​​​​​SN13 9NR

Contact

Anthony Merle

Email

anthony.merle100@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/groups/defence-digital

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://contracts.mod.uk/esop/ogc-host/public/mod/web/login.html?VISITORID=a3429cd9-1f3c-4bc7-b6b2-ff6ec94f6ba1&_ncp=1726226237772.870794-1

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/esop/ogc-host/public/mod/web/login.html?VISITORID=a3429cd9-1f3c-4bc7-b6b2-ff6ec94f6ba1&_ncp=1726226237772.870794-1

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Programme CORTISONE - Laboratory Information Management System (LIMS)

Reference number

711972450: Programme CORTISONE - Laboratory Information Management System (LIMS)

two.1.2) Main CPV code

  • 48180000 - Medical software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authroity is seeking to procure a replacement LIMS Capability for the Defence Medical Services (DMS).

LIMS is used by military Biomedical Scientists (BMS) in support of all deployed Operations & Exercises and supports the following:

a. The interface of laboratory analysers with the system, allowing the bi-directional flow of results, test profiles and quality assurance data.

b. To assign blood components to patients, rapidly and accurately, to support the management of the trauma casualty.

c. The management of blood stocks allowing the storage and rapid retrieval of final fate information in line with Medicines and Healthcare products Regulatory Agency (MHRA) regulations.

d. The storage of patient’s laboratory results and quality assurance information.

two.1.5) Estimated total value

Value excluding VAT: £3,865,041

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48180000 - Medical software package

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Ministry of Defence Corsham, Westwells Rd. Corsham SN13 9GB

two.2.4) Description of the procurement

Invitation to Tender for CORTISONE Deployed Laboratory Information Management System

This will be an Open Tender for any interested supplier. More information and access to the documentation can be found through the Defence Sourcing Portal.

Defence Medical Services DMS is procuring a new LIMS to support Pathology services in the Deployed environment, a critical component of healthcare delivery. Defence Pathology is deployed as part of a healthcare facility and provides diagnostic testing services and blood for transfusion to both primary and secondary healthcare services across the entire Operational Patient Care Pathway. This includes General Practice, Resuscitation including trauma and massive haemorrhage, all deployed medical and surgical capabilities including Damage Control Surgery, Intensive Care, Infection Control, Medical Evacuation and Sexual Healthcare. Service provision is tailored to the size and composition of the deployed population at risk (PAR). For all specialities, the LIMS is the primary repository of data relating to testing and subsequent reporting.

In Defence Pathology, laboratory data are generated across four main areas:

1. Blood Sciences

o Clinical Biochemistry

o Haematology and Coagulation

2. Transfusion

o Blood Banking

o Blood grouping and crossmatching

3. Microbiology

o Culture

o Serology/Virology

o Molecular diagnostics

4. Referrals

o Specialist testing unavailable in the deployed space for each of the above

o Cellular Pathology

Defence Pathology operates overseas and maritime deployed pathology services on an as-required basis in deployable medical facilities ranging in size from small teams (single resus and surgical bed with no hold capability) through to full size field hospitals (up to 100 ward beds) as part of the DMS. The medical capabilities on deployments should be considered as a network providing care through fixed, mobile and peripatetic service delivery methods. In addition, Defence Pathology personnel are located at four UK based locations (Centre of Defence Pathology, the Training School, and two Joint Hospital Group sites).

The Authority may be supported by suitably qualified, experienced and appropriately security cleared independent third parties during the design, assessment and evaluation of tender responses. These third-party assessors are obliged to protect Tenderer and Authority information and are bound to confidence and impartiality through appropriate contractual obligations with the Authority.

For further information, on the evaluation strategy, please review Annex C2 of the Invitation to Tender (ITT) Pack.

The LIMS procurement will be run via the Defence Sourcing Portal (DSP). The DSP will be used for all communications surrounding the procurement, including the publication of the ITT, access to ITT documentation, clarification question submissions and responses, tender evaluation, and the subsequent contract award.

A direct link to this opportunity can be found here: https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=58765

The Title of the Defence opportunity is: Programme CORTISONE – DEPLOYED LABORATORY INFORMATION MANAGEMENT SYSTEM (LIMS)

PLEASE NOTE: You will require access to the DSP to view the ITT Pack.

To sign up for the DSP, please follow the guidance on this link:

https://assets.publishing.service.gov.uk/government/uploads/system/uploads/attachment_data/file/956927/Defence_Sourcing_Portal_-_Supplier_Registration_Guide.pdf

The deadline for bidders to submit clarification questions is 11 October 2024 at 17:00 GMT.

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: £3,850,000

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

Funding has been approved for the first three years of the contract until FY 27/28. Additional funding will be sought to provide enduring support for the full contract duration. The Authority would like to make clear that it has an enduring requirement for a LIMS system for the full duration of the contract. Any further questions please contact the MOD through the Defence Sourcing Portal.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The List of Conditions for Participation can be found in the Conditions of Tendering within Annex A: DEFFORM 47 and Annex C1: Commercial Compliance Matrix of the ITT Pack.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As described in the ITT documentation attached to this contract notice. Contract Performance conditions will be found in Annex F: Key Performance Indicators and Service Level Agreements of the ITT Pack.

The Estimated value for this contract is based on an 8 year duration.


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

18 October 2024

Local time

11:59pm

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

21 October 2024

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Ministry Of Defence- Defence Digital

Ministry of Defence Corsham, Westwells Rd,

Corsham

SN13 9GB

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Ministry Of Defence- Defence Digital

Ministry of Defence Corsham, Westwells Rd,

Corsham

SN13 9GB

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

There will be a technical and commercial envelope evaluation which will be conducted in accordance with Annex C2: Evaluation Pack. There will be a moderation period following this to agree scores.

The anticipated selection of the preferred Tenderer is the 15 November 2024.