GSTT Procurement - Smart Together: Pathology Services

  GSTT Procurement - Smart Together is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Pathology Services
Notice type: Contract Notice
Authority: GSTT Procurement - Smart Together
Nature of contract: Services
Procedure: Competitive Dialogue
Short Description: The contracting authorities are looking to award contracts (including, a framework agreement for "send away" tests i.e. where not carried out "on the customer's site") for the provision of pathology services, which may involve multiple contracts (for example for specific elements of pathology services and/or separately for analytics and managed laboratory services). The current expectation is that the pathology services will need to cover the full range of pathology disciplines (although potential bidders should be aware that not all contracting authorities will necessarily look to procure services in respect of all of these disciplines and that the scope of the pathology services will be subject to change to reflect changes in test repertoires and the introduction of new test types). For further information relating to this tender opportunity, bidders must access the full documentation set within the Delta Tenderbox. Please follow the instructions within this notice.
Published: 15/08/2018 17:00
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Pathology services.
Section I: Contracting Authority
      I.1) Name and addresses
             Guy's & St Thomas' NHS Foundation Trust
             Procurement Department, 9th Floor, Borough Wing, Guy's Hospital, London, SE1 9RT, United Kingdom
             Tel. +44 02071885318, Email: david.lawson@gstt.nhs.uk
             Contact: David Lawson
             Main Address: https://www.guysandstthomas.nhs.uk, Address of the buyer profile: http://guysandstthomas.g2b.info
             NUTS Code: UKI
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-London:-Pathology-services./6H9HVYG24Q
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned 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: Not provided
      I.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Pathology Services       
      Reference Number: ST18-P-026
      II.1.2) Main CPV Code:
      85111800 - Pathology services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The contracting authorities are looking to award contracts (including, a framework agreement for "send away" tests i.e. where not carried out "on the customer's site") for the provision of pathology services, which may involve multiple contracts (for example for specific elements of pathology services and/or separately for analytics and managed laboratory services).
The current expectation is that the pathology services will need to cover the full range of pathology disciplines (although potential bidders should be aware that not all contracting authorities will necessarily look to procure services in respect of all of these disciplines and that the scope of the pathology services will be subject to change to reflect changes in test repertoires and the introduction of new test types).

For further information relating to this tender opportunity, bidders must access the full documentation set within the Delta Tenderbox. Please follow the instructions within this notice.       
      II.1.5) Estimated total value:
      Value excluding VAT: 2,250,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: This procurement is being led by Guy's & St Thomas' NHS Foundation Trust on its own behalf and on behalf of the following contracting authorities: King's College Hospital NHS Foundation Trust; South London & Maudsley NHS Foundation Trust; Oxleas NHS Foundation Trust; Royal Brompton & Harefield NHS Foundation Trust, East Sussex Healthcare NHS Trust, NHS South East London Commissioning Alliance (Bexley CCG, Bromley CCG, Greenwich CCG, Lambeth CCG, Lewisham CCG and Southwark CCG) (the "Core Contracting Authorities") and other NHS bodies (the "Additional Contracting Authorities"), Epsom and St Helier University Hospitals NHS Trust, South West London and St George’s Mental Health NHS Trust. The total activity per annum for the Core Contracting Authorities is approximately 34 million tests.
The range of pathology services required includes: Blood Sciences (including 24/7), Immunology, Infectious Sciences (including On-call), Cellular Pathology, Specialist Hematology, Specialist Chemistry, Genomics, Specialist Services, Central Specimen Reception, Phlebotomy, Anti-Coagulation Clinic, Patient Service Reception, Mortuary, Clinics, A&E, and POCT. Refer to Briefing Pack for further information.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 2,250,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 01/09/2020 / End: 31/08/2035       
      This contract is subject to renewal: Yes       
      Description of renewals: Option to extend for a further five years to 2040.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
            / Maximum number: 4       
      Objective criteria for choosing the limited number of candidates: Refer to Pre-Qualification Questionnaire (PQQ).
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contracting authorities will consider proposals which involve partnering or joint ventures, in which one or more of them may become partners, members or shareholders.
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The duration of the Pathology Service contract is 15 years with the option to extend for a further 5 years. The duration of the Framework Agreement
available to other NHS bodies for send-away tests is 4 years.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.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       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      As referenced in the specification.          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description COMPETITIVE_DIALOGUE
      IV.1.1) Type of procedure:Competitive dialogue    
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: As part of the new Contract the intention is provide a framework agreement for send-away pathology tests to enable Additional Contracting Authorities to call-off. The framework agreement will be for 4 years.    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 28/09/2018 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 31/10/2018       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2033
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: (1) The contracting authorities are looking to procure and award contracts for the provision to each of them of pathology services. The contracting authorities anticipate each of them entering into separate contracts with the selected supplier (and that the award may involve more than one contract between each contracting authority and the selected supplier).
(2) Potential bidders should be aware that the procurement is not dependent on all of the contracting authorities eventually awarding contracts with the selected supplier (although only one supplier will be selected). Each of the contracting authorities reserves the right not to award any contract(s).
(3) 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.
(4) The contracting authorities are looking to award a framework agreement for send-away pathology tests (in addition to the award of the direct contracts with the Core Contracting Authorities referred to in section I.1 above) which can be called off from by any of the Additional Contracting Authorities listed at the following web links: A full list of NHS Acute Trusts is detailed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx A full list of NHS CCGs is detailed at: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx
(5) The procurement is under the "light touch regime" pursuant to 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 competitive dialogue, but will not be bound to follow all of the prescriptive elements of that procedure. References in this notice and subsequent procurement documents to the or a "competitive dialogue" shall be construed accordingly.
(6) Guy's & St Thomas' is leading a consortium to be one of seven new "Genomic Hubs" that are being established by NHS England. In the event that the Trust is awarded a contract to set up one of the Genomic Hubs the appointed service provider from this Procurement may be required to act as a sub-contractor to support the Consortium. This procurement will include provision for that sub-contract, should it be required.
(7) For Royal Brompton & Harefield the primary scope of this procurement is limited to exploring the potential to develop a combined Specialist Respiratory Microbiology Laboratory in partnership with the other Core Contracting Authorities and an external service provider.
(8) An information pack will be made available to bidders on completion and submission of an Non-Disclosure Agreement (NDA) via Delta e-Sourcing.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Pathology-services./6H9HVYG24Q

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6H9HVYG24Q
   VI.4) Procedures for review
   VI.4.1) Review body:
             Guy's & St Thomas' NHS Foundation Trust
       London, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 15/08/2018

Annex A



   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      1: Contracting Authority
       King's College Hospital NHS Foundation Trust
       Denmark Hill, London, SE5 9RS, United Kingdom
       Tel. +44 02071885318, Email: david.lawson@gstt.nhs.uk
       Contact: David Lawson
       Main Address: https://www.kch.nhs.uk
       NUTS Code: UKI

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       East Sussex Healthcare NHS Trust
       St. Leonards-on-Sea, East Sussex, TN37 7PT, United Kingdom
       Tel. +44 02071885318, Email: David.lawson@gstt.nhs.uk
       Contact: David Lawson
       Main Address: https://www.esht.nhs.uk
       NUTS Code: UKJ22

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       Royal Brompton & Harefield NHS Foundation Trust
       Sydney Street, London, SW3 6NP, United Kingdom
       Tel. +44 02071885318, Email: David.lawson@gstt.nhs.uk
       Contact: David Lawson
       Main Address: www.rbht.nhs.uk
       NUTS Code: UKI

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      4: Contracting Authority
       NHS South East London Commissioning Alliance (Bexley CCG, Bromley CCG, Greenwich CCG, Lambeth CCG, Lewisham CCG and Southwark CCG)
       160 Tooley Street, London, SE1 2TZ, United Kingdom
       Tel. +44 02071885318, Email: david.lawson@gstt.nhs.uk
       Contact: David Lawson
       Main Address: http://www.southwarkccg.nhs.uk
       NUTS Code: UKI

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      5: Contracting Authority
       South London and Maudsley NHS Foundation Trust
       Bethlem Royal Hospital, London, BR3 3BX, United Kingdom
       Tel. +44 02071885318, Email: david.lawson@gstt.nhs.uk
       Contact: David Lawson
       Main Address: https://www.slam.nhs.uk
       NUTS Code: UKI

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      6: Contracting Authority
       Oxleas NHS Foundation Trust
       Pinewood House, Dartford, DA2 7WG, United Kingdom
       Tel. +44 02071885318, Email: david.lawson@gstt.nhs.uk
       Contact: David Lawson
       Main Address: http://oxleas.nhs.uk/
       NUTS Code: UKJ43

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      7: Contracting Authority
       Epsom and St Helier University Hospitals NHS Trust
       Dorking Road, Epsom, KT18 7EG, United Kingdom
       Tel. +44 02071885318, Email: david.lawson@gstt.nhs.uk
       Contact: David Lawson
       Main Address: https://www.epsom-sthelier.nhs.uk
       NUTS Code: UKJ2

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      8: Contracting Authority
       South West London and St George’s Mental Health NHS Trust
       61 Glenburnie Road, London, SW17 7DJ, United Kingdom
       Tel. +44 02071885318, Email: david.lawson@gstt.nhs.uk
       Contact: David Lawson
       Main Address: https://www.swlstg.nhs.uk
       NUTS Code: UKI

View any Notice Addenda

View Award Notice