Tender Details
Title
Procurement of SYB Pathology Managed Service Sheffield Teaching Hospitals NHS Foundation Trust Procurement of SYB Pathology Managed Service Sheffield Teaching Hospitals NHS Foundation Trust Procurement of SYB Pathology Managed ServiceThis Contract Notice advertises a contract opportunity for the provision of a Pathology Managed Service Contract to the following five NHS Trusts working in partnership to deliver the South Yorkshire and Bassetlaw Pathology Service (SYB Pathology Service): (1) Barnsley Hospital NHS Foundation Trust (part of BRILS); (2) Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust; (3) The Rotherham NHS Foundation Trust; (4) Sheffield Children’s NHS Foundation Trust and (5) Sheffield Teaching Hospitals NHS Foundation Trust (STHFT) (the “MSC”). During the term of the MSC, it is anticipate... Reference no:MAY478403 Published by:Sheffield Teaching Hospitals NHS Foundation Trust Published to:External Deadline date:19/06/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-038ad8 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-038ad8Published by:Sheffield Teaching Hospitals NHS Foundation TrustAuthority ID:AA20284Publication date:18 May 2024Deadline date:19 June 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract This Contract Notice advertises a contract opportunity for the provision of a Pathology Managed Service Contract to the following five NHS Trusts working in partnership to deliver the South Yorkshire and Bassetlaw Pathology Service (SYB Pathology Service): (1) Barnsley Hospital NHS Foundation Trust (part of BRILS); (2) Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust; (3) The Rotherham NHS Foundation Trust; (4) Sheffield Children’s NHS Foundation Trust and (5) Sheffield Teaching Hospitals NHS Foundation Trust (STHFT) (the “MSC”). During the term of the MSC, it is anticipated that Chesterfied Royal Hospital NHS Foundation Trust (“Chesterfield) may become an associate member of the SYB Pathology Partnership in relation to Histopathology and therefore the MSC may be varied to enable Chesterfield to get the benefit of the SYB Pathology Service. On 1st April 2024 a single pathology service was established governed and managed by STHFT as the Host Organisation on behalf of the partnership. Over the coming years SYB Pathology will transition to the Target Operating Model which will deliver significant quality and efficiency benefits longer term. The establishment of the MSC will support transition to the target operating model and deliver significant quality and efficiency benefits for patients, clinicians, staff and wider stakeholders which includes the use of innovative and cutting-edge technologies. The MSC will cover all current and future workloads during its term and must meet all regulatory requirements and provide all integrated IT firmware, analysers, equipment, test kits, assays, reagents, chemicals, specific and general lab consumables and associated products and services to deliver the entire pathology and related hosted services across all sites and departments which form part of the SYB Pathology Service. Any resulting contract from this procurement process will be entered into by STHFT on behalf of the five organisations aforementioned and references to the “Authority” in this Contract Notice should be read as STHFT for and on behalf of the SYB Pathology partnership. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesSheffield Teaching Hospitals NHS Foundation TrustRoyal Hallamshire Hospital, Glossop RoadSheffieldS10 2JFUK E-mail: sth.pathologyprocurement@nhs.net NUTS: UKE32Internet address(es) Main address: https://www.sth.nhs.uk Address of the buyer profile: https://www.sth.nhs.ukI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://health-family.force.com/s/WelcomeAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://health-family.force.com/s/WelcomeTenders or requests to participate must be sent to the abovementioned addressElectronic 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/WelcomeI.4) Type of the contracting authority Other: NHS TrustI.5) Main activityHealthSection II: ObjectII.1) Scope of the procurementII.1.1) TitleProcurement of SYB Pathology Managed ServiceII.1.2) Main CPV code85111800 II.1.3) Type of contractServicesII.1.4) Short descriptionThis Contract Notice advertises a contract opportunity for the provision of a Pathology Managed Service Contract to the following five NHS Trusts working in partnership to deliver the South Yorkshire and Bassetlaw Pathology Service (SYB Pathology Service): (1) Barnsley Hospital NHS Foundation Trust (part of BRILS); (2) Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust; (3) The Rotherham NHS Foundation Trust; (4) Sheffield Children’s NHS Foundation Trust and (5) Sheffield Teaching Hospitals NHS Foundation Trust (STHFT) (the “MSC”). During the term of the MSC, it is anticipated that Chesterfied Royal Hospital NHS Foundation Trust (“Chesterfield) may become an associate member of the SYB Pathology Partnership in relation to Histopathology and therefore the MSC may be varied to enable Chesterfield to get the benefit of the SYB Pathology Service. On 1st April 2024 a single pathology service was established governed and managed by STHFT as the Host Organisation on behalf of the partnership. Over the coming years SYB Pathology will transition to the Target Operating Model which will deliver significant quality and efficiency benefits longer term. The establishment of the MSC will support transition to the target operating model and deliver significant quality and efficiency benefits for patients, clinicians, staff and wider stakeholders which includes the use of innovative and cutting-edge technologies. The MSC will cover all current and future workloads during its term and must meet all regulatory requirements and provide all integrated IT firmware, analysers, equipment, test kits, assays, reagents, chemicals, specific and general lab consumables and associated products and services to deliver the entire pathology and related hosted services across all sites and departments which form part of the SYB Pathology Service. Any resulting contract from this procurement process will be entered into by STHFT on behalf of the five organisations aforementioned and references to the “Authority” in this Contract Notice should be read as STHFT for and on behalf of the SYB Pathology partnership.II.1.5) Estimated total valueValue excluding VAT: 500 000 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)8511180051430000719000004521514685100000851118004521510038434520331000003314000033696000384345003311000038510000480000007222400079411000794180007941900033910000336965003379000033793000380000003843700038519500452146103918000039181000421225004230000042671100429311004521443051430000719000007311100064120000II.2.3) Place of performanceNUTS code:UKE3Main site or place of performance:All laboratory sites across SYBII.2.4) Description of the procurementThe scope of the Services for the Managed Service includes the provision and maintenance of all pathology equipment and their associated IT, interfaces, and licences as well as the provision of all associated consumables; reagents, collection devices, test kits, quality control/calibration material essential for the delivery of the activity, as well as the transferring of existing assets and contracts and scope of services covered under this tender. In addition to this, the MSC provider will be responsible for the end-to-end management and delivery of the Supply Chain incorporating all products and the execution of a full Inventory Management System. Specialisms within scope of this procurement exercise as as follows; Managed Service Requirements Pre & Post Analytics Clinical Biochemistry & Viral Serology Haematology Coagulation Blood Transfusion Blood Cultures IT, Interfacing and Data Management The Authority is using the Competitive Procedure with Negotiation (CPN) in line with the Public Contract Regulations 2015 (as amended EU Exit (2020) etc.) to identify and define a solution which best addresses the Authority's requirements, as described within this suite of procurement documents. The potential maximum aggregate value of the contract as advertised in the Find a Tender Service (FTS) is £500m. This is inclusive of all Phases and In Scope Services but also considers any potential modifications which may be made to this Contract throughout its life. As such, this is not a guaranteed value. However, for the purposes of this procurement, the maximum price is £12.4m, a total value of the 15-year contract is £186m. Prices submitted for year 1 of the contract will be adjusted by the inflationary uplift only throughout the life of the contract. Bids submitted which exceed the maximum price will be considered as unaffordable and will be rejected. The deadline for submitting a response to the Selection Questionnaire is 19th June 2024 at 12noon.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.6) Estimated valueValue excluding VAT: 500 000 000.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 180 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invited Envisaged minimum number: 2Objective criteria for choosing the limited number of candidates:See Additional Information located in Section VI)II.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: Yes Description of options:The Authority require Bidders to submit Options for their responses to the Invitation to Tender Questions for the following specifications: • Specification 4 – Haematology • Specification 5 – Coagulation • Specification 6 – Blood Transfusion • Specification 7 – Blood Culture By ‘options’ we mean submissions which are ‘distinctly different’. Bidders are required to submit a minimum of 2 and a maximum of 3 options for each specialism identified. Each option will be evaluated against the same evaluation criteria using the same evaluation scoring matrix as set out within the procurement documentation. Bidders are required to respond to all questions linked to the requirement for each option that they are submitting. Bidders are required to submit a separate commercial offer for each combination of options submitted. In determining which Option has scored the highest and would be part of the subsequent awarded contract, the percentage score awarded for commercials will be added to moderated quality and social value scores. The award will be made on the highest scoring proposal, including quality, price and social value scores.II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.2) Economic and financial standingSelection criteria as stated in the procurement documentsIII.1.3) Technical and professional abilitySelection criteria as stated in the procurement documentsIII.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Competitive procedure with negotiation IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedIV.1.5) Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiationsIV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.1) Previous publication concerning this procedureNotice number in the OJ S:2022/S 000-034419IV.2.2) Time limit for receipt of tenders or requests to participate Date: 19/06/2024IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 09/09/2024IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 12 (from the date stated for receipt of tender) Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional informationThe procurement exercise is initiated with the publication of the Contract Notice alongside the Selection Questionnaire (SQ) and full draft copy of the Invitation to Tender (ITT) documentation. Following evaluation of SQ responses, 3 (three) Bidders will be invited to submit Initial Tenders. The Authority reserves the right to award a Contract on the basis of an Initial Tender without negotiation. Should the Authority carry out a negotiation phase, there will be a period for negotiation. Bidders will then be invited to submit Final Tenders. All information will be published on the Atamis procurement Health Family Supplier Portal (Atamis) https://atamis-1928.my.salesforce-sites.com. Please ensure your organisation is registered on the Atamis e-Tendering website to access the procurement documents: https://www.atamis.co.uk/registration Please note that the tender will not be accepted by any means other than through the Attain e-Procurement Portal. Following publication, interested parties will have the opportunity to attend a Bidder Information Event during the submission window for completion of the SQ. Details of the shortlisting criteria, award criteria, the applicable weightings and evaluation methodology can be found within the procurement documents available via Atamis. The dates in the procurement documents may be subject to change. Bidders will be required to consider the implications and codes of practice relating to TUPE implications for staff. The Authority will endeavour to facilitate the transfer of data where relevant and lawful. Bidders are required to make their own assessment of whether TUPE applies and the consequences of TUPE. The MSC will include Phases as set out in the procurement documents. The successful supplier in this procurement process (the “MSC Supplier”) will start with Phase 1 to fit in with the Authority’s roll out of its LIMS and is the establishment of the Pan Pathology Service to cover the entirety of the SYB Pathology Network’s services including associated hosted services across all SYB Pathology Network sites, and all current and future associated pathology and point of care testing (“POCT”) workloads within the term of the MSC. Phase 1 will also include the provision of all equipment, reagents, assays, equipment and assay related consumables, associated IT hardware and software (including middleware) associated with the provision of routine Blood Sciences (including Haematology, Coagulation, Clinical Biochemistry, Immunoassay, Viral Serology, Blood Transfusion) and Blood Culture Incubation (Microbiology) across all sites in SYB Pathology. The transfer of title of Phase 1 legacy equipment and the associated management of that equipment will be transferred to the MSC Supplier. There are a number of current pathology managed service contracts, 3rd party contracts and pricing agreements held by the NHS Trusts within the SYB Pathology Network that will be novated into the MSC at the earliest opportunity in order to maintain services provision and agreed pricing. These will include reagent rental contracts, equipment leasing contracts and associated service and maintenance agreements. Phase 2 is to commence on award of the MSC and will include a number of mini procurements to be carried out by the MSC Supplier for equipment, products and services listed in the procurement documents. Any resulting contracts in Phase 2 will be sub-contracts to the MSC. Phase 3 will include the transfer of title of other legacy equipment and the management of that equipment to the MSC Supplier and will include the ongoing 3rd part contract procurement is undertaken during the term of the MSC as well as the procurement of all other general consumables related to the services within scope of the MSC. Phase 3 may also include the procurement of a logistics provider and/or the novation of a logistics provider into the MSC so that the MSC Supplier manages the logistics provider. Such logistics will include the transportation of samples from GP practices and other sample collection points to laboratories, and also moving samples between laboratories, which is crucial to ensure sample integrity and support timely analysis and reporting. During the term of the MSC, the Authority may wish to introduce changes and/or additional services and/or expand the services by varying the MSC where there are additional or changes to the requirements of the SYB Pathology Network (including but not limited to equipment, reagents, assays, assay related consumables, associated IT hardware and software (including middleware)) that are required for the operation of the SYB Pathology Network. These new requirements may be due to scientific developments and/or developments of new laboratory technologies and/or changes that impact the provision of the pathology services by the SYB Pathology Network and/or changes and developments in point of care testing and/or pathology accredited systems. Where any standards that the SYB Pathology Network are required to comply with change then any replacement equipment and/or changes to reflect any new standards will be in scope of the MSC. Any replacement equipment regarding digital pathology will also be within scope of the MSC. Under the MSC, there will be a need for on-going assessment, implementation of innovative changes and collaborative working across the SYB Pathology Network, the MSC Supplier and sub-contractors. The way the service looks at the end of the contract will likely be very different to the initial implementation. The contract value in section II.2.6 of this Contract Notice is reflective of potential variations during the term of the MSC. The Authority reserves the right to (1) cancel the procurement process (or any part of it) at any point, make no award at all, award incrementally, change the basis of and the procedures for the procurement process at any time, or procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means; (2) to verify the accuracy of any answers given by a Bidder as part of this procurement process (including, but not limited to, relating to the Bidder’s financial stability) at any time during the procurement process; (3) incorporate any of the information given in the procurement process into the MSC which it enters into with any successful Bidder. The Authority is not liable for any costs resulting from any of the circumstances outlined above or for any other costs incurred by those participating in this procurement process.”VI.4) Procedures for reviewVI.4.1) Review bodyHigh Court of Justice for England and WalesThe StrandLondonWC2A 2LLUKVI.4.3) Review procedurePrecise information on deadline(s) for review procedures:STH shall in accordance with the Public Contracts (Amendment) Regulations 2015, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers. The Authority shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision, and shall do so by notice in writing by the most rapid means of communication practicable. Should additional information be required, please contact the person cited in paragraph I.1) of this form. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations 2015 (SI 2015 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England and Wales). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the 10 day standstill period, if no further debriefing has been requested, the Court may only award damages once the contract has been entered into.VI.4.4) Service from which information about the review procedure may be obtainedSheffield Teaching Hospitals NHS Foundation TrustHerries Road,SheffieldS5 7AUUKInternet address(es) URL: https://www.sth.nhs.uk/VI.5) Date of dispatch of this notice17/05/2024 Coding Commodity categories ID Title Parent category 38434500Biochemical analysersAnalysers38434520Blood analysersAnalysers45215100Construction work for buildings relating to healthConstruction work for buildings relating to health and social services, for crematoriums and public conveniences64120000Courier servicesPost and courier services79419000Evaluation consultancy servicesBusiness and management consultancy services79411000General management consultancy servicesBusiness and management consultancy services85100000Health servicesHealth and social work services33110000Imaging equipment for medical, dental and veterinary useMedical equipments42300000Industrial or laboratory furnaces, incinerators and ovensIndustrial machinery51430000Installation services of laboratory equipmentInstallation services of medical and surgical equipment39181000Laboratory benchingLaboratory furniture45214610Laboratory building construction workConstruction work for buildings relating to education and research42931100Laboratory centrifuges and accessoriesCentrifuges39180000Laboratory furnitureFurniture33793000Laboratory glasswareLaboratory, hygienic or pharmaceutical glassware38519500Laboratory microscope replacement bulbsMiscellaneous compounds for microscopes38437000Laboratory pipettes and accessoriesDetection and analysis apparatus42122500Laboratory pumps and accessoriesPumps33696500Laboratory reagentsReagents and contrast media71900000Laboratory servicesArchitectural, construction, engineering and inspection services42671100Laboratory tool carriersTool holders33790000Laboratory, hygienic or pharmaceutical glasswarePersonal care products38000000Laboratory, optical and precision equipments (excl. glasses)Technology and Equipment45214430Language laboratory construction workConstruction work for buildings relating to education and research33140000Medical consumablesMedical equipments33100000Medical equipmentsMedical equipments, pharmaceuticals and personal care products38510000MicroscopesChecking and testing apparatus33910000Pathology dissection instruments and suppliesPost-mortem and mortuary equipment and supplies45215146Pathology room construction workConstruction work for buildings relating to health and social services, for crematoriums and public conveniences85111800Pathology servicesHospital services79418000Procurement consultancy servicesBusiness and management consultancy services72224000Project management consultancy servicesSystems and technical consultancy services33696000Reagents and contrast mediaVarious medicinal products73111000Research laboratory servicesResearch services48000000Software package and information systemsComputer and Related Services Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:sth.pathologyprocurement@nhs.netAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
Country
Language
English
Organization
Published Date
17.05.2024
Deadline Date
19.06.2024
Overview
Procurement of SYB Pathology Managed Service Sheffield Teaching Hospitals NHS Foundation Trust Procurement of SYB Pathology Managed ServiceThis Contract Notice advertises a contract opportunity for the provision of a Pathology Managed Service Contract to the following five NHS Trusts working in partnership to deliver the South Yorkshire and Bassetlaw Pathology Service (SYB Pathology Service): (1) Barnsley Hospital NHS Foundation Trust (part of BRILS); (2) Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust; (3) The Rotherham NHS Foundation Trust; (4) Sheffield Children’s NHS Foundation Trust and (5) Sheffield Teaching Hospitals NHS Foundation Trust (STHFT) (the “MSC”). During the term of the MSC, it is anticipate... Reference no:MAY478403 Published by:Sheffield Teaching Hospitals NHS Foundation Trust Published to:External Deadline date:19/06/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-038ad8 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-038ad8Published by:Sheffield Teaching Hospitals NHS Foundation TrustAuthority ID:AA20284Publication date:18 May 2024Deadline date:19 June 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:N/A Abstract This Contract Notice advertises a contract opportunity for the provision of a Pathology Managed Service Contract to the following five NHS Trusts working in partnership to deliver the South Yorkshire and Bassetlaw Pathology Service (SYB Pathology Service): (1) Barnsley Hospital NHS Foundation Trust (part of BRILS); (2) Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust; (3) The Rotherham NHS Foundation Trust; (4) Sheffield Children’s NHS Foundation Trust and (5) Sheffield Teaching Hospitals NHS Foundation Trust (STHFT) (the “MSC”). During the term of the MSC, it is anticipated that Chesterfied Royal Hospital NHS Foundation Trust (“Chesterfield) may become an associate member of the SYB Pathology Partnership in relation to Histopathology and therefore the MSC may be varied to enable Chesterfield to get the benefit of the SYB Pathology Service. On 1st April 2024 a single pathology service was established governed and managed by STHFT as the Host Organisation on behalf of the partnership. Over the coming years SYB Pathology will transition to the Target Operating Model which will deliver significant quality and efficiency benefits longer term. The establishment of the MSC will support transition to the target operating model and deliver significant quality and efficiency benefits for patients, clinicians, staff and wider stakeholders which includes the use of innovative and cutting-edge technologies. The MSC will cover all current and future workloads during its term and must meet all regulatory requirements and provide all integrated IT firmware, analysers, equipment, test kits, assays, reagents, chemicals, specific and general lab consumables and associated products and services to deliver the entire pathology and related hosted services across all sites and departments which form part of the SYB Pathology Service. Any resulting contract from this procurement process will be entered into by STHFT on behalf of the five organisations aforementioned and references to the “Authority” in this Contract Notice should be read as STHFT for and on behalf of the SYB Pathology partnership. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesSheffield Teaching Hospitals NHS Foundation TrustRoyal Hallamshire Hospital, Glossop RoadSheffieldS10 2JFUK E-mail: sth.pathologyprocurement@nhs.net NUTS: UKE32Internet address(es) Main address: https://www.sth.nhs.uk Address of the buyer profile: https://www.sth.nhs.ukI.3) CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge at:https://health-family.force.com/s/WelcomeAdditional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://health-family.force.com/s/WelcomeTenders or requests to participate must be sent to the abovementioned addressElectronic 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/WelcomeI.4) Type of the contracting authority Other: NHS TrustI.5) Main activityHealthSection II: ObjectII.1) Scope of the procurementII.1.1) TitleProcurement of SYB Pathology Managed ServiceII.1.2) Main CPV code85111800 II.1.3) Type of contractServicesII.1.4) Short descriptionThis Contract Notice advertises a contract opportunity for the provision of a Pathology Managed Service Contract to the following five NHS Trusts working in partnership to deliver the South Yorkshire and Bassetlaw Pathology Service (SYB Pathology Service): (1) Barnsley Hospital NHS Foundation Trust (part of BRILS); (2) Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust; (3) The Rotherham NHS Foundation Trust; (4) Sheffield Children’s NHS Foundation Trust and (5) Sheffield Teaching Hospitals NHS Foundation Trust (STHFT) (the “MSC”). During the term of the MSC, it is anticipated that Chesterfied Royal Hospital NHS Foundation Trust (“Chesterfield) may become an associate member of the SYB Pathology Partnership in relation to Histopathology and therefore the MSC may be varied to enable Chesterfield to get the benefit of the SYB Pathology Service. On 1st April 2024 a single pathology service was established governed and managed by STHFT as the Host Organisation on behalf of the partnership. Over the coming years SYB Pathology will transition to the Target Operating Model which will deliver significant quality and efficiency benefits longer term. The establishment of the MSC will support transition to the target operating model and deliver significant quality and efficiency benefits for patients, clinicians, staff and wider stakeholders which includes the use of innovative and cutting-edge technologies. The MSC will cover all current and future workloads during its term and must meet all regulatory requirements and provide all integrated IT firmware, analysers, equipment, test kits, assays, reagents, chemicals, specific and general lab consumables and associated products and services to deliver the entire pathology and related hosted services across all sites and departments which form part of the SYB Pathology Service. Any resulting contract from this procurement process will be entered into by STHFT on behalf of the five organisations aforementioned and references to the “Authority” in this Contract Notice should be read as STHFT for and on behalf of the SYB Pathology partnership.II.1.5) Estimated total valueValue excluding VAT: 500 000 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)8511180051430000719000004521514685100000851118004521510038434520331000003314000033696000384345003311000038510000480000007222400079411000794180007941900033910000336965003379000033793000380000003843700038519500452146103918000039181000421225004230000042671100429311004521443051430000719000007311100064120000II.2.3) Place of performanceNUTS code:UKE3Main site or place of performance:All laboratory sites across SYBII.2.4) Description of the procurementThe scope of the Services for the Managed Service includes the provision and maintenance of all pathology equipment and their associated IT, interfaces, and licences as well as the provision of all associated consumables; reagents, collection devices, test kits, quality control/calibration material essential for the delivery of the activity, as well as the transferring of existing assets and contracts and scope of services covered under this tender. In addition to this, the MSC provider will be responsible for the end-to-end management and delivery of the Supply Chain incorporating all products and the execution of a full Inventory Management System. Specialisms within scope of this procurement exercise as as follows; Managed Service Requirements Pre & Post Analytics Clinical Biochemistry & Viral Serology Haematology Coagulation Blood Transfusion Blood Cultures IT, Interfacing and Data Management The Authority is using the Competitive Procedure with Negotiation (CPN) in line with the Public Contract Regulations 2015 (as amended EU Exit (2020) etc.) to identify and define a solution which best addresses the Authority's requirements, as described within this suite of procurement documents. The potential maximum aggregate value of the contract as advertised in the Find a Tender Service (FTS) is £500m. This is inclusive of all Phases and In Scope Services but also considers any potential modifications which may be made to this Contract throughout its life. As such, this is not a guaranteed value. However, for the purposes of this procurement, the maximum price is £12.4m, a total value of the 15-year contract is £186m. Prices submitted for year 1 of the contract will be adjusted by the inflationary uplift only throughout the life of the contract. Bids submitted which exceed the maximum price will be considered as unaffordable and will be rejected. The deadline for submitting a response to the Selection Questionnaire is 19th June 2024 at 12noon.II.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.6) Estimated valueValue excluding VAT: 500 000 000.00 GBPII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 180 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invited Envisaged minimum number: 2Objective criteria for choosing the limited number of candidates:See Additional Information located in Section VI)II.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: Yes Description of options:The Authority require Bidders to submit Options for their responses to the Invitation to Tender Questions for the following specifications: • Specification 4 – Haematology • Specification 5 – Coagulation • Specification 6 – Blood Transfusion • Specification 7 – Blood Culture By ‘options’ we mean submissions which are ‘distinctly different’. Bidders are required to submit a minimum of 2 and a maximum of 3 options for each specialism identified. Each option will be evaluated against the same evaluation criteria using the same evaluation scoring matrix as set out within the procurement documentation. Bidders are required to respond to all questions linked to the requirement for each option that they are submitting. Bidders are required to submit a separate commercial offer for each combination of options submitted. In determining which Option has scored the highest and would be part of the subsequent awarded contract, the percentage score awarded for commercials will be added to moderated quality and social value scores. The award will be made on the highest scoring proposal, including quality, price and social value scores.II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.2) Economic and financial standingSelection criteria as stated in the procurement documentsIII.1.3) Technical and professional abilitySelection criteria as stated in the procurement documentsIII.2) Conditions related to the contractSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Competitive procedure with negotiation IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiatedIV.1.5) Information about negotiationThe contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiationsIV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.1) Previous publication concerning this procedureNotice number in the OJ S:2022/S 000-034419IV.2.2) Time limit for receipt of tenders or requests to participate Date: 19/06/2024IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 09/09/2024IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 12 (from the date stated for receipt of tender) Section VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional informationThe procurement exercise is initiated with the publication of the Contract Notice alongside the Selection Questionnaire (SQ) and full draft copy of the Invitation to Tender (ITT) documentation. Following evaluation of SQ responses, 3 (three) Bidders will be invited to submit Initial Tenders. The Authority reserves the right to award a Contract on the basis of an Initial Tender without negotiation. Should the Authority carry out a negotiation phase, there will be a period for negotiation. Bidders will then be invited to submit Final Tenders. All information will be published on the Atamis procurement Health Family Supplier Portal (Atamis) https://atamis-1928.my.salesforce-sites.com. Please ensure your organisation is registered on the Atamis e-Tendering website to access the procurement documents: https://www.atamis.co.uk/registration Please note that the tender will not be accepted by any means other than through the Attain e-Procurement Portal. Following publication, interested parties will have the opportunity to attend a Bidder Information Event during the submission window for completion of the SQ. Details of the shortlisting criteria, award criteria, the applicable weightings and evaluation methodology can be found within the procurement documents available via Atamis. The dates in the procurement documents may be subject to change. Bidders will be required to consider the implications and codes of practice relating to TUPE implications for staff. The Authority will endeavour to facilitate the transfer of data where relevant and lawful. Bidders are required to make their own assessment of whether TUPE applies and the consequences of TUPE. The MSC will include Phases as set out in the procurement documents. The successful supplier in this procurement process (the “MSC Supplier”) will start with Phase 1 to fit in with the Authority’s roll out of its LIMS and is the establishment of the Pan Pathology Service to cover the entirety of the SYB Pathology Network’s services including associated hosted services across all SYB Pathology Network sites, and all current and future associated pathology and point of care testing (“POCT”) workloads within the term of the MSC. Phase 1 will also include the provision of all equipment, reagents, assays, equipment and assay related consumables, associated IT hardware and software (including middleware) associated with the provision of routine Blood Sciences (including Haematology, Coagulation, Clinical Biochemistry, Immunoassay, Viral Serology, Blood Transfusion) and Blood Culture Incubation (Microbiology) across all sites in SYB Pathology. The transfer of title of Phase 1 legacy equipment and the associated management of that equipment will be transferred to the MSC Supplier. There are a number of current pathology managed service contracts, 3rd party contracts and pricing agreements held by the NHS Trusts within the SYB Pathology Network that will be novated into the MSC at the earliest opportunity in order to maintain services provision and agreed pricing. These will include reagent rental contracts, equipment leasing contracts and associated service and maintenance agreements. Phase 2 is to commence on award of the MSC and will include a number of mini procurements to be carried out by the MSC Supplier for equipment, products and services listed in the procurement documents. Any resulting contracts in Phase 2 will be sub-contracts to the MSC. Phase 3 will include the transfer of title of other legacy equipment and the management of that equipment to the MSC Supplier and will include the ongoing 3rd part contract procurement is undertaken during the term of the MSC as well as the procurement of all other general consumables related to the services within scope of the MSC. Phase 3 may also include the procurement of a logistics provider and/or the novation of a logistics provider into the MSC so that the MSC Supplier manages the logistics provider. Such logistics will include the transportation of samples from GP practices and other sample collection points to laboratories, and also moving samples between laboratories, which is crucial to ensure sample integrity and support timely analysis and reporting. During the term of the MSC, the Authority may wish to introduce changes and/or additional services and/or expand the services by varying the MSC where there are additional or changes to the requirements of the SYB Pathology Network (including but not limited to equipment, reagents, assays, assay related consumables, associated IT hardware and software (including middleware)) that are required for the operation of the SYB Pathology Network. These new requirements may be due to scientific developments and/or developments of new laboratory technologies and/or changes that impact the provision of the pathology services by the SYB Pathology Network and/or changes and developments in point of care testing and/or pathology accredited systems. Where any standards that the SYB Pathology Network are required to comply with change then any replacement equipment and/or changes to reflect any new standards will be in scope of the MSC. Any replacement equipment regarding digital pathology will also be within scope of the MSC. Under the MSC, there will be a need for on-going assessment, implementation of innovative changes and collaborative working across the SYB Pathology Network, the MSC Supplier and sub-contractors. The way the service looks at the end of the contract will likely be very different to the initial implementation. The contract value in section II.2.6 of this Contract Notice is reflective of potential variations during the term of the MSC. The Authority reserves the right to (1) cancel the procurement process (or any part of it) at any point, make no award at all, award incrementally, change the basis of and the procedures for the procurement process at any time, or procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means; (2) to verify the accuracy of any answers given by a Bidder as part of this procurement process (including, but not limited to, relating to the Bidder’s financial stability) at any time during the procurement process; (3) incorporate any of the information given in the procurement process into the MSC which it enters into with any successful Bidder. The Authority is not liable for any costs resulting from any of the circumstances outlined above or for any other costs incurred by those participating in this procurement process.”VI.4) Procedures for reviewVI.4.1) Review bodyHigh Court of Justice for England and WalesThe StrandLondonWC2A 2LLUKVI.4.3) Review procedurePrecise information on deadline(s) for review procedures:STH shall in accordance with the Public Contracts (Amendment) Regulations 2015, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers. The Authority shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision, and shall do so by notice in writing by the most rapid means of communication practicable. Should additional information be required, please contact the person cited in paragraph I.1) of this form. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations 2015 (SI 2015 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England and Wales). Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the 10 day standstill period, if no further debriefing has been requested, the Court may only award damages once the contract has been entered into.VI.4.4) Service from which information about the review procedure may be obtainedSheffield Teaching Hospitals NHS Foundation TrustHerries Road,SheffieldS5 7AUUKInternet address(es) URL: https://www.sth.nhs.uk/VI.5) Date of dispatch of this notice17/05/2024 Coding Commodity categories ID Title Parent category 38434500Biochemical analysersAnalysers38434520Blood analysersAnalysers45215100Construction work for buildings relating to healthConstruction work for buildings relating to health and social services, for crematoriums and public conveniences64120000Courier servicesPost and courier services79419000Evaluation consultancy servicesBusiness and management consultancy services79411000General management consultancy servicesBusiness and management consultancy services85100000Health servicesHealth and social work services33110000Imaging equipment for medical, dental and veterinary useMedical equipments42300000Industrial or laboratory furnaces, incinerators and ovensIndustrial machinery51430000Installation services of laboratory equipmentInstallation services of medical and surgical equipment39181000Laboratory benchingLaboratory furniture45214610Laboratory building construction workConstruction work for buildings relating to education and research42931100Laboratory centrifuges and accessoriesCentrifuges39180000Laboratory furnitureFurniture33793000Laboratory glasswareLaboratory, hygienic or pharmaceutical glassware38519500Laboratory microscope replacement bulbsMiscellaneous compounds for microscopes38437000Laboratory pipettes and accessoriesDetection and analysis apparatus42122500Laboratory pumps and accessoriesPumps33696500Laboratory reagentsReagents and contrast media71900000Laboratory servicesArchitectural, construction, engineering and inspection services42671100Laboratory tool carriersTool holders33790000Laboratory, hygienic or pharmaceutical glasswarePersonal care products38000000Laboratory, optical and precision equipments (excl. glasses)Technology and Equipment45214430Language laboratory construction workConstruction work for buildings relating to education and research33140000Medical consumablesMedical equipments33100000Medical equipmentsMedical equipments, pharmaceuticals and personal care products38510000MicroscopesChecking and testing apparatus33910000Pathology dissection instruments and suppliesPost-mortem and mortuary equipment and supplies45215146Pathology room construction workConstruction work for buildings relating to health and social services, for crematoriums and public conveniences85111800Pathology servicesHospital services79418000Procurement consultancy servicesBusiness and management consultancy services72224000Project management consultancy servicesSystems and technical consultancy services33696000Reagents and contrast mediaVarious medicinal products73111000Research laboratory servicesResearch services48000000Software package and information systemsComputer and Related Services Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:sth.pathologyprocurement@nhs.netAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Business All Other Professional Hardware Computing Infrastructure Providers Other Direct Insurance (except Life Professional Justice Bolt Regulation Other Foundation Other Foundation Religious Financial Transactions Processing Justice Automatic Environmental Control Manufacturing for Residential Other Professional Construction Architectural Turned Product and Screw Other Justice Machinery Regulation Trust Medical Direct Insurance (except Life Commercial Direct Life Courts Agriculture Trusts Courts Financial Transactions Processing Foundation Research and Development in the Physical Photographic Film Other Similar Organizations (except Business All Other Professional Management Other Justice Trusts Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Research and Development in the Physical Construction Professional Process Medical Funds
CPVS
Parts of pumps, compressors, engines or motors Tools Earthmoving and excavating machinery, and associated parts Foundation work Profiles Laboratory, optical and precision equipments (excl. glasses) Collection, transport and disposal of hospital waste Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... System, storage and content management software package Aggregates Mains Analytical, scientific, mathematical or forecasting software development services Networks Networking, Internet and intranet software development services Nuts Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Publications Carbon Frames Centrifuges, calendering or vending machines Rolls Wells construction work Feasibility study, advisory service, analysis Construction work Supports Pumps Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Construction work for buildings relating to leisure, sports, culture, lodging and restaurants System, storage and content management software development services Forms Parts of chain Chain Networking, Internet and intranet software package Analysers Parts of centrifuges Vats Laboratory, hygienic or pharmaceutical glassware Transfers Windows Other services Posts Analytical, scientific, mathematical or forecasting software package Seats, chairs and related products, and associated parts Goods used in construction Centrifuges Windows, doors and related items Architectural, construction, engineering and inspection services Imaging equipment for medical, dental and veterinary use Pipettes Radio, television, communication, telecommunication and related equipment Hardware Tool parts Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Netting Profiles Post Windows Chains Hardware Nuts Furnaces Pumps Software Incinerators Awards Dental Inspection Well engineering Logistics Culture Equipment cases Interfaces Single room Suite Case making services Aggregates Combination H Financial Instruments, Products, Contracts and Agreements Clinical laboratory and toxicology testing systems, components, and supplies Humanitarian Relief Items, Kits, or Accessories Clinical laboratory and toxicology testing systems, components, and supplies
Regions
Europe Northern Europe
Sectors
Civil Works Healthcare and Medicine Building Environment and Pollution-Recycling Furniture Automobiles and Auto Parts Non-Renewable Energy Supply Human Resource-HR Minerals and Mining Architecture Bridges and Tunnels Engineering Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Transportation Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Education and Training Machinery and Equipments-M&E Defence and Security Electricity Technology Hardware and Equipment Construction Consultancy Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Steel Industry Pharmaceuticals Laboratory Equipment and Services Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert