Section one: Contracting authority
one.1) Name and addresses
Whittington Health NHS Trust
Magdala Avenue
London
N19 5NF
Contact
Andrew Jackson
Country
United Kingdom
Region 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
Country
United Kingdom
Region code
UKI7 - Outer London – West and North West
Internet address(es)
Main address
Buyer's address
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