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
Country
United Kingdom
Region code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's address
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") required the Provision of Managed Pathology Services for Royal National Orthopaedic Hospital NHS Trust.
The Authority intends to award a contract in accordance with The Health Care Services (Provider Selection Regime) Regulations 2023 (“PSR 2023”).
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £20,222,523
two.2) Description
two.2.2) Additional CPV code(s)
- 85100000 - Health services
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
Main site or place of performance
Royal National Orthopaedic Hospital NHS Trust
Brockley Hill
Stanmore
HA7 4LP
two.2.4) Description of the procurement
The Royal National Orthopaedic Hospital NHS Trust (the "Authority") issued an 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 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 has acted 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 requires 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 was 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 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 will 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.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10%
Quality criterion - Name: Quality and Innovation / Weighting: 35%
Quality criterion - Name: Integration, Collaboration and Service Sustainability / Weighting: 15%
Cost criterion - Name: Value / Weighting: 40%
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
Award of a contract without prior publication of a call for competition in the cases listed below
- The procurement falls outside the scope of application of the regulations
Explanation:
This is a Provider Selection Regime (PSR) intention to award notice. The awarding of this contract is subject to the Health Care Services (Provider Selection Regime) Regulations 2023. For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015 do not apply to this award. The publication of this notice marks the start of the standstill period. Representations by providers must be made to decision makers by 5th November 2024. This contract has not yet formally been awarded; this notice serves as an intention to award under the PSR.
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-027947
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
24 October 2024
five.2.2) Information about tenders
Number of tenders received: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
HSL PATHOLOGY LLP
The Halo Building, 1 Mabledon Place, London, WC1H 9AX
London
WC1H 9AX
Country
United Kingdom
NUTS code
- UKI31 - Camden and City of London
National registration number
OC401483
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £19,200,000
Total value of the contract/lot: £20,222,523
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Independent Choice and Procurement Panel.
Wellington House
London
SE1 8UG
Country
United Kingdom