Tender

Pathology Service Joint Venture

  • The Christie NHS Foundation Trust

F02: Contract notice

Notice identifier: 2023/S 000-031674

Procurement identifier (OCID): ocds-h6vhtk-03a281

Published 26 October 2023, 4:22pm



Section one: Contracting authority

one.1) Name and addresses

The Christie NHS Foundation Trust

Wilmslow Road

Manchester

M20 4BX

Contact

Diane Sinclair

Email

Diane.Sinclair@nhs.net

Telephone

+44 7748624560

Country

United Kingdom

Region code

UKD3 - Greater Manchester

Internet address(es)

Main address

https://www.christie.nhs.uk/

Buyer's address

https://www.christie.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

Pathology Service Joint Venture

two.1.2) Main CPV code

  • 85111800 - Pathology services

two.1.3) Type of contract

Services

two.1.4) Short description

The Trust has worked with a commercial partner in a joint venture (JV) arrangement to deliver a comprehensive pathology service for the last 10 years. Building on this knowledge and experience, the Trust is looking for a new partner that matches its ambitions.

The initial term of the pathology service JV is expected to be for a period of fifteen (15) years with an option to extend by up to five (5) years.

The Trust is looking for a partner that will;

• Provide an exceptional, high-quality service that meets the specialist needs of a comprehensive cancer centre;
• Provide investment for the provision of world class infrastructure;
• Embrace the exciting opportunities presented with the co-location of a world leading oncology research centre; and
• Provide expert guidance along with the creativity and drive to deliver a modern, thriving, truly exceptional pathology service for patients.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85110000 - Hospital and related services
  • 85111810 - Blood analysis services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

The current pathology service provides routine and specialist pathology services with c100 dedicated staff on The Christie Hospital site. The service includes translational biomarker development and supports the Trust’s ambitious Research and Innovation (R&I) programme and clinical trials portfolio.

Demand for testing is increasing year on year reflecting the Trust’s oncology case load.
The Trust seeks a JV pathology partner who is able to deliver the Trust’s strategic ambitions, including accommodation of projected testing growth demand and flexible options for the development of facilities, estate, technology, and changes in clinical pathways.

Vision

To provide a world leading comprehensive pathology service that supports timely and high-quality delivery of patient care - regionally and nationally - and develops an internationally recognised workforce who, with academic and industry partners, deliver a pioneering programme of research and innovation.

Principles/Objectives

The Future Pathology Service should reflect the following principles/objectives:

• Safe, effective, and responsive to the diversity of patient and clinical needs and offers the specialist and integrated pathology services needed to support a regional tertiary cancer centre.
• Delivery of a sustainable future pathology workforce
• alignment with the Trust’s Vision and Values and the objectives of Greater Manchester Cancer.
• Commitment to working as part of Greater Manchester ICS in the delivery of the Core20PLUS5 programme to support the reduction of health inequalities at both national and system level.
• Enabled by a strong digital infrastructure and capability. Adopting digital opportunity and technology advances to deliver more efficient and scalable pathology services.
• A service model that considers The Trust’s local, regional national and international partnerships, including engagement with the Greater Manchester Pathology Network to explore opportunities to support system requirements.
• Delivered through a partnership that has a strategy for profitable growth through expanding test repertoire and customer base.
• Builds upon the Trust’s reputation as an international leader in research and innovation, which is further strengthened by being a partner in the Manchester Cancer Research Centre (MCRC) and Health Innovation Manchester.
• A service with capital investment to provide best in class facilities.
• A service that has education at its core.

The Future Operating Model for Pathology must include:

• An end-to-end comprehensive pathology service
• Blood sciences including haematology, blood transfusion, clinical biochemistry and immunoassay
• On-site essential services laboratory to support time critical and pathway critical services
• Histopathology (including immunohistochemistry and receptor analysis)
• Stem Cell Laboratory
• Point-of-Care Testing
• A future-proof design with activity growth in service expectation factored in – including expansion of on-site and off-site facilities to meet projected demand;
• An agile approach that can respond to evolving technology and operational requirements and provide improvements to the Trust Pathology Estate;
• Training, Development and Education, Research and Innovation
• Positive workplace culture
• IT infrastructure and digital enablement (including Digital Histopathology)
• Best in class equipment and instrumentation

Further information and details about the requirements and scope of the procurement are set out in the Statement of Requirements and supporting information which will be available as part of the procurement documents at https://health-family.force.com/s/Welcome

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: £240,000,000

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

Duration in months

240

This contract is subject to renewal

Yes

Description of renewals

The proposed contract is to be let for an initial term of 180 months. There is also an option to extend the Contract by up to a further 60 months following the initial term.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

As specified in the SQ/ITPD documentation

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

two.2.14) Additional information

The estimated value in II.2.6 is based on the existing annual turnover of the JV over the lifetime of the contract.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive dialogue

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-003320

four.2.2) Time limit for receipt of tenders or requests to participate

Date

27 November 2023

Local time

4:00pm

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

11 December 2023

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: 12 (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/