Wessex NHS is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Tender for the provision of a Managed Service Contract for Molecular Diagnostics including provision for the successful bidder to procure further sub-categories of Microbiology |
Notice type: | Contract Notice |
Authority: | Wessex NHS |
Nature of contract: | Services |
Procedure: | Negotiated |
Short Description: | Tender for a Managed Service Contract (MSC) for Molecular Diagnostics, including provision for the successful bidder to procure further sub-categories of Microbiology on behalf of the Southern Counties Pathology Network (SCP) |
Published: | 21/07/2022 09:24 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Wessex NHS Procurement Limited
Trust Management Offices Mailpoint 18,, Southampton General Hospital,, Tremona Rd,, Southampton, SO16 6YD, United Kingdom
Tel. +44 7799316082, Email: Deborah.parin@wpl.uhs.nhs.uk
Contact: Deborah Parin Steve Jerrim
Main Address: https://www.hampshirehospitals.nhs.uk/
NUTS Code: UKJ
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: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Pathology-services./NXX6YCJD67
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.delta-esourcing.com 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: https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Pathology-services./TY296BM65B
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Tender for the provision of a Managed Service Contract for Molecular Diagnostics including provision for the successful bidder to procure further sub-categories of Microbiology
Reference Number: WPL01657
II.1.2) Main CPV Code:
85111800 - Pathology services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Tender for a Managed Service Contract (MSC) for Molecular Diagnostics, including provision for the successful bidder to procure further sub-categories of Microbiology on behalf of the Southern Counties Pathology Network (SCP)
II.1.5) Estimated total value:
Value excluding VAT: 118,000,000
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:
UKJ SOUTH EAST (ENGLAND)
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: Southern Counties Pathology (SCP) is a procurement consortium of NHS and Foundation Trusts that forms the NHS Improvement South 6 Pathology Network. The SCP consists of:
Isle of Wight NHS Trust
Hampshire Hospitals NHS Foundation Trust
Dorset County Hospital NHS Foundation Trust and University Hospitals Dorset NHS Foundation Trust comprise One Dorset Pathology
Portsmouth Hospitals University NHS Trust
Salisbury NHS Foundation Trust
University Hospitals Southampton NHS Foundation Trust (Not participating in this tender)
SCP is undertaking a procurement to appoint a fully managed service contract, which includes but is not limited to, the provision of equipment, consumables, ancillary items, maintenance, building works, IT integration, quality controls and staff training required for the provision of molecular diagnostics across the Network.
The total estimated value of Microbiology across the Trusts participating in this tender is £118,000,000 over the life of the contract. The total estimated value of Molecular Diagnostics, which is a sub category of Microbiology, is estimated as circa. £36,000,000 over the life of the contract. The individual values per Trust for molecular diagnostics are available in the invitation to tender documents. A year-on-year uplift of 4% has been added to reflect predicted growth.
The successful bidder must also demonstrate they have the capacity and capability to run both mini competitions and fully compliant procurements under Public Contracts Regulations 2015 (PCR 2015) for SCP future requirements including further sub-categories of Microbiology.
The total value of Microbiology (excluding Molecular Diagnostics) between 2022 and 2031 is estimated at £82,000,000 and includes but is not limited to, the following sub-categories.
Tests currently processed outside the SCP Network
•Blood culture diagnostics
•Procurement of culture media (conventional & chromogenic)
•Urine analysis (microscopy & culture)
•Antimicrobial susceptibility testing
•Microbial identification systems
•Automation for microbial culture
•Mycobacterial diagnosis
The managed service contract for Molecular Diagnostics and any future contracts appointed within Microbiology, will complete co-terminus with the over-arching SCP Pathology managed service contract, on 19th July 2031
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: 118,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 19/01/2023 / End: 19/07/2031
This contract is subject to renewal: No
Description of renewals: Not provided
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: Potential bidders will be invited to complete a Selection Questionnaire (SQ) Stage 1 that will be evaluated and scored and only the top 3 scoring potential bidders will proceed to the Invitation to Tender (ITT) Stage 2. If a potential bidder has an equal score within the Top 3 then they also proceed to the ITT Stage 2. Potential bidders who fail to achieve a Top 3 score will not be invited to the ITT Stage 2 and will leave the procurement process at Stage 1.
II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: Options are detailed in the Invitation To Tender (ITT) documents.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/RJ4NRVN7S8
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:
All bidders must be ISO 9001 accredited.
Suppliers providing measurement and calibration services within the solution offered must be ISO17025 accredited.
Documentation must be supplied to the standard required by ISO15189:2012
Although not mandatory it is preferred that suppliers who are providing medical devices and related services are ISO 13485:2016 accredited.
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
Contract performance conditions are detailed in the Key Performance Indicators named Appendix B to Document 2 Supplier Questionnaire (Stage 1)
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 NEGOTIATED
IV.1.1) Type of procedure:
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
IV.1.5) Information about negotiation: 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: 2022/S 000 - 012844
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/08/2022 Time: 13:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 30/08/2022
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): 12
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out in the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Southampton:-Pathology-services./NXX6YCJD67
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/NXX6YCJD67
VI.4) Procedures for review
VI.4.1) Review body:
Wessex NHS Procurement Limited
Graham Road, Southampton, SO14 0YG, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Centre for Effective Dispute Resolution (CEDR)
London, United Kingdom
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: 21/07/2022
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
Portsmouth Hospitals University NHS Trust
Queen Alexandra Hospital, Southwick Hill Road, Cosham, Portsmouth, PO6 3LY, United Kingdom
Email: Deborah.parin@wpl.uhs.nhs.uk
Contact: Debbie Parin
Main Address: http://www.hampshirehospitals.nhs.uk/
NUTS Code: UKJ
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
Salisbury NHS Foundation Trust
Odstock Road, Salisbury, SP2 8BJ, United Kingdom
Email: Deborah.parin@wpl.uhs.nhs.uk
Contact: Debbie Parin
Main Address: http://www.salisbury.nhs.uk/
NUTS Code: UKK
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
Isle of Wight NHS Trust
Parkhurst Road, Newport, PO30 5TG, United Kingdom
Email: Deborah.parin@wpl.uhs.nhs.uk
Contact: Debbie Parin
Main Address: https://www.iow.nhs.uk/
NUTS Code: UKJ
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
University Hospitals Dorset NHS Foundation Trust
Trust Management Offices Mailpoint 18,, Southampton General Hospital,, Tremona Rd,, Southampton, SO16 6YD, United Kingdom
Email: Deborah.parin@wpl.uhs.nhs.uk
Contact: Deborah Parin Steve Jerrim
Main Address: https://www.uhd.nhs.uk/
NUTS Code: UKK
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
Dorset County Hospital NHS Foundation Trust
Trust Management Offices Mailpoint 18,, Southampton General Hospital,, Tremona Rd,, Southampton, SO16 6YD, United Kingdom
Email: Deborah.parin@wpl.uhs.nhs.uk
Contact: Deborah Parin Steve Jerrim
Main Address: https://www.dchft.nhs.uk/
NUTS Code: UKK
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
Hampshire Hospitals NHS Foundation Trust
Trust Management Offices Mailpoint 18,, Southampton General Hospital,, Tremona Rd,, Southampton, SO16 6YD, United Kingdom
Email: Deborah.parin@wpl.uhs.nhs.uk
Contact: Deborah Parin Steve Jerrim
Main Address: https://www.hampshirehospitals.nhs.uk/
NUTS Code: UKJ