Opportunity

UK-London: Royal National Orthopaedic Hospital NHS Trust (RNOH) & Whittington Health NHS Trust (WHT): Pathology Services

  • Whittington Health NHS Trust
  • RNOH

F02: Contract notice

Notice reference: 2022/S 000-034224

Published 2 December 2022, 2:57pm



Section one: Contracting authority

one.1) Name and addresses

Whittington Health NHS Trust

Magdala Avenue

London

N19 5NF

Contact

Andrew Jackson

Email

andrew.jackson@gstt.nhs.uk

Country

United Kingdom

NUTS code

UKI31 - Camden and City of London

Internet address(es)

Main address

https://www.whittington.nhs.uk/

Buyer's address

https://www.whittington.nhs.uk/

one.1) Name and addresses

RNOH

Brockley Hill, Stanmore, Middlesex

Harrow

HA7 4LP

Email

andrew.jackson@gstt.nhs.uk

Country

United Kingdom

NUTS code

UKI7 - Outer London – West and North West

Internet address(es)

Main address

https://www.rnoh.nhs.uk/

Buyer's address

https://www.rnoh.nhs.uk/

one.2) Information about joint procurement

The contract involves joint procurement

In the case of joint procurement involving different countries, state applicable national procurement law

Not provided

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

Ministry or any other national or federal authority

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

UK-London: Royal National Orthopaedic Hospital NHS Trust (RNOH) & Whittington Health NHS Trust (WHT): Pathology Services

Reference number

C117796

two.1.2) Main CPV code

  • 85111800 - Pathology services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement is being led by the Guy's & St Thomas' NHS Foundation Trust’s Procurement Team on behalf of Royal National Orthopaedic Hospital NHS Trust and Whittington Health NHS Trust (the "Core Contracting Authorities”). The total activity per annum for is approximately 4,376,511 tests.
The range of pathology services required includes:
RNOH - Microbiology, POCT, Virology, Immunology, Cytology, Clinical Chemistry, Haematology including Coagulation, Blood Transfusion.
Whittington - Blood Sciences (including Haematology, Chemistry and Transfusion services), Microbiology, Andrology, Histopathology and POCT.

two.1.5) Estimated total value

Value excluding VAT: £70,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 3 RNOH & WHT Pathology Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 85111800 - Pathology services

two.2.3) Place of performance

NUTS codes
  • UKI43 - Haringey and Islington
Main site or place of performance

Stanmore & Islington

two.2.4) Description of the procurement

Lot 3 - RNOH & WHT Pathology Services

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: £70,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Contract length will be 5+1+1+1+1+1

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

See procurement documentation

two.2.10) Information about variants

Variants will be accepted: Yes

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) Description

two.2.1) Title

Lot 2 - WHT Pathology Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 85111800 - Pathology services

two.2.3) Place of performance

NUTS codes
  • UKI74 - Harrow and Hillingdon
Main site or place of performance

Stanmore

two.2.4) Description of the procurement

Lot 2 - WHT Pathology Services

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: £50,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Contract length will be 5+1+1+1+1+1

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

See procurement documentation

two.2.10) Information about variants

Variants will be accepted: Yes

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) Description

two.2.1) Title

Lot 1 - RNOH Pathology Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 85111800 - Pathology services

two.2.3) Place of performance

NUTS codes
  • UKI43 - Haringey and Islington
Main site or place of performance

Islington

two.2.4) Description of the procurement

Lot 1 - RNOH Pathology Services

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: £20,000,000

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

Duration in months

120

This contract is subject to renewal

Yes

Description of renewals

Contract term will be 5+1+1+1+1+1

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

See procurement documentation

two.2.10) Information about variants

Variants will be accepted: Yes

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

Not provided

three.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents.

Minimum level(s) of standards possibly required

As stated in the procurement documents.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

Minimum level(s) of standards possibly required

As stated in the procurement documents.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As referenced in the specification.


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: Yes

four.2) Administrative information

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

Date

3 January 2023

Local time

4:00pm

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

2 December 2022

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

Tender must be valid until: 3 September 2023


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2033

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The contracting authorities are looking to procure and award a contract for the provision of Managed Pathology Services.

(1) The precise place or places of work will be determined through the tender process but the selected supplier will need to provide at least some elements of the services from the premises of the Core Contracting Authorities. The contracting authorities currently anticipate that all of the procured services will need to be provided from within the UK.

(2) The procurement is under the Regulations 74 to 76 of the Public Contracts Regulations 2015. As such the contracting authorities are free to set the procedures for the procurement, subject (inter alia) to those procedures being sufficient to ensure compliance with the principles of transparency and equal treatment. Accordingly, the contracting authorities intend to follow a procedure which broadly follows the process of a Restricted Procedure.

For more information about this opportunity, please visit the ATAMIS Health Family eSourcing portal at:
https://health-family.force.com/

To respond to this opportunity, please click here:
https://health-family.force.com/

six.4) Procedures for review

six.4.1) Review body

Royal National Orthopaedic Hospital NHS Trust

Brockley Hill

Stanmore

HA7 4LP

Country

United Kingdom

Internet address

https://www.rnoh.nhs.uk