Planning

The Provision of a Pathology Specimen Referral Service for Overseas Bases - RFI

MINISTRY OF DEFENCE

This public procurement record has 1 release in its history.

Planning

01 Mar 2022 at 16:07

Summary of the contracting process

The Ministry of Defence is initiating a procurement process for "The Provision of a Pathology Specimen Referral Service for Overseas Bases" through a Request for Information (RFI). This opportunity, classified under hospital services and specifically targeting pathology services, has an estimated contract value of approximately £145,500 (excluding VAT) and is planned to last for three years, with potential extensions. Key dates include the engagement end date on 22nd March 2022, and forthcoming stages such as the Invitation to Tender (ITT) expected on 12th April 2022 and the tender return deadline on 10th May 2022. The services are required to support UK military medical needs at overseas locations, which often have limited laboratory support.

This tender provides significant opportunities for businesses specialising in pathology and medical services, particularly those with capabilities in sample processing, reporting, and logistics compliant with high regulatory standards, including ISO certifications. Companies with the capacity to deliver 24/7 services and handle biological specimens securely will be well-suited to compete. The Ministry of Defence's stringent requirements highlight the need for quality service providers proficient in adherence to health and safety regulations, promising an avenue for growth and partnership within the defence medical sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

The Provision of a Pathology Specimen Referral Service for Overseas Bases - RFI

Notice Description

This RFI is hereby being issued in relation to a potential upcoming requirement. The aim is to seek information about where the market stands in order to better refine our requirement. Contract Value: Approx. PS145,500 (ex. VAT) Contract Duration: Three (3) Years with a potential for option years (1+1+1) Public Contract Regulations (PCR) 2015 1. OPPORTUNITY DETAIL 1.1. The requirement will be issued by Defence Medical Services (DMS), Ministry of Defence 1.2. This is for the provision of a coherent specimen referral and assay service to support all permanent Authority overseas locations and deployed units. 1.3. Overseas locations have reduced laboratory support and as such there is a need to refer some samples to UK facilities to support the medical needs of the Population at Risk (PAR). 2. REQUIREMENT OVERVIEW 2.1. The Contractor will be responsible for producing an electronic user handbook (herein referred to as the to list all tests available in-house, with sample requirements, pre-analytical requirements, and estimated turnaround time (TAT) coherent with the RCPath guidelines. 2.2. The Authority will have overarching ownership of all samples and the Contractor shall process specimens and report results within the agreed turnaround times. 2.3. Sample testing include, but are not limited to, Bio, Micro, Histo, Haem and Cyto. 2.4. The average number of tests over a 12-month period is 3000, however due to the unpredictability of the referral service, usage may decline or increase during the lifetime of the contract. 2.5. A fast and secure method that conforms to the General Data Protection Regulations must be executed for delivering results to the Authority and agreed failsafe measures shall be implemented to ensure DMS patient safety and compliance with national service standards. 2.6. The Contractor will be expected to provide a 24 hour, 365/year sample collection/processing service and email or telephone contact for monitoring transportation of samples. 2.9. A 24-hour telephone service from a pathologist/clinical scientist/biomedical scientist will also be necessary for providing the Authority with technical advice on haematology, clinical chemistry, microbiology, and cellular pathology results/issues. 3. AUTHORITY QUESTIONS TO SUPPLIERS 1) What would be your preferred payment structure for this type of contract? 2) What types of testing do you complete on-site and what (if any) do you outsource? 3) Do you have on-site capability for processing/unpacking of samples known or thought to contain pathogens from Hazard Group 3 ("High Risk" samples)? 4) Do you have a remote result/report access system/capability? Please note, this is separate from the electronic transfer of results into the patient healthcare record and refers to either cloud based or web portal-based access to a result reporting system. 5) Do you have an established pathology sample courier contract for transport of specimens to referral laboratories? Additional information: The Authority reserves the right not to proceed with this procurement. Nothing shall constitute a commitment to instigating a formal procurement process. No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this RFI. No information provided by a Potential Provider in response to this RFI will be carried forward, used or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process that may take place. QUALITY STANDARDS/CONFIDENTIALITY - ISO 15189:2012 standards and ensure any secondary referral establishments sub-contracted by the Contractor comply with these standards - Provide a valid certificate of UKAS accreditation on the Authority's request. - Risk Management - The Contractor is to have a policy in place which encompasses the principles contained within ISO 31000:2009/DIS31000. - Health and Safety - The Contractor must be compliant with Health and Safety at Work Act 1974 and Health Technical Memorandum 07-01 Safe management of healthcare waste. - Accepting and processing samples arriving by post following Laboratory Handbook standards and packed in accordance with UN3373 regulations. - Quality standards contained within ISO15189:2012 (Registered with United Kingdom Accreditation Services or suitable equivalent). - National Newborn Blood Spot Failsafe Solution (NBSFS) mandated in service specification No. 19, NHS Newborn Blood Spot Screening in sections 2.2, 2.3, 3.6, 3.25, 4.2 and 5.6 of document. - Information contained within the Medical Record should be handled in accordance with Access to Medical Records Act 1988, Health Record Act 1990, Data Protection Act 2018, General Data Protection Regulation 2018 and the Caldicott Principles. - Records and samples must be retained in accordance with the RC Path and IBMS guidance provided in "The Retention and Storage of Pathological Records and Specimens". SECURITY CLASSIFICATION 5.1. This Contract is classified at Official Sensitive (OS) 5.2. The MoD has determined the level of risk as HIGH (Reference: RAR-QAK5PPXX) as defined in DEF STAN 05-138. 5.3. To do business with the MOD you must have the Cyber Security controls required as defined in DEF STAN 05-138. ESTIMATED TIME FRAMES RFI Issued: 1st March 2022 RFI Responses back: 22nd March 2022 Invitation to Tender (ITT) release via DSP: 12th April 2022 Tender Return: 10th May 2022 Tender Evaluation: 24th May 2022 Contract Award: 31st May 2022 Standstill Period: 9th June 2022 Contract Implementation: 1st July 2022

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-e94eb27c-e1eb-4b22-829f-6d105e681592
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/d5e9c495-2e14-44f8-87eb-0416f752524c
Current Stage
Planning
All Stages
Planning

Procurement Classification

Notice Type
Market Engagement Notice
Procurement Type
Standard
Procurement Category
Not specified
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85111000 - Hospital services

85111800 - Pathology services

85111810 - Blood analysis services

85111820 - Bacteriological analysis services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Mar 20223 years ago
Submission Deadline
Not specified
Future Notice Date
22 Mar 2022Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Planning
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Kate Morrow
Contact Email
kate.morrow100@mod.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LICHFIELD
Postcode
WS14 9PY
Post Town
Walsall
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG24 Staffordshire CC
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England)

Local Authority
Lichfield
Electoral Ward
Whittington & Streethay
Westminster Constituency
Tamworth

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-e94eb27c-e1eb-4b22-829f-6d105e681592-2022-03-01T16:07:18Z",
    "date": "2022-03-01T16:07:18Z",
    "ocid": "ocds-b5fd17-e94eb27c-e1eb-4b22-829f-6d105e681592",
    "language": "en",
    "initiationType": "tender",
    "title": "The Provision of a Pathology Specimen Referral Service for Overseas Bases - RFI",
    "planning": {
        "milestones": [
            {
                "id": "1",
                "title": "Engagement end date",
                "type": "engagement",
                "dueDate": "2022-03-22T23:59:59Z"
            }
        ],
        "documents": [
            {
                "id": "1",
                "documentType": "marketEngagementNotice",
                "description": "Early engagement notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/d5e9c495-2e14-44f8-87eb-0416f752524c",
                "datePublished": "2022-03-01T16:07:18Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "tender": {
        "id": "tender_300503/1048575",
        "title": "The Provision of a Pathology Specimen Referral Service for Overseas Bases - RFI",
        "description": "This RFI is hereby being issued in relation to a potential upcoming requirement. The aim is to seek information about where the market stands in order to better refine our requirement. Contract Value: Approx. PS145,500 (ex. VAT) Contract Duration: Three (3) Years with a potential for option years (1+1+1) Public Contract Regulations (PCR) 2015 1. OPPORTUNITY DETAIL 1.1. The requirement will be issued by Defence Medical Services (DMS), Ministry of Defence 1.2. This is for the provision of a coherent specimen referral and assay service to support all permanent Authority overseas locations and deployed units. 1.3. Overseas locations have reduced laboratory support and as such there is a need to refer some samples to UK facilities to support the medical needs of the Population at Risk (PAR). 2. REQUIREMENT OVERVIEW 2.1. The Contractor will be responsible for producing an electronic user handbook (herein referred to as the to list all tests available in-house, with sample requirements, pre-analytical requirements, and estimated turnaround time (TAT) coherent with the RCPath guidelines. 2.2. The Authority will have overarching ownership of all samples and the Contractor shall process specimens and report results within the agreed turnaround times. 2.3. Sample testing include, but are not limited to, Bio, Micro, Histo, Haem and Cyto. 2.4. The average number of tests over a 12-month period is 3000, however due to the unpredictability of the referral service, usage may decline or increase during the lifetime of the contract. 2.5. A fast and secure method that conforms to the General Data Protection Regulations must be executed for delivering results to the Authority and agreed failsafe measures shall be implemented to ensure DMS patient safety and compliance with national service standards. 2.6. The Contractor will be expected to provide a 24 hour, 365/year sample collection/processing service and email or telephone contact for monitoring transportation of samples. 2.9. A 24-hour telephone service from a pathologist/clinical scientist/biomedical scientist will also be necessary for providing the Authority with technical advice on haematology, clinical chemistry, microbiology, and cellular pathology results/issues. 3. AUTHORITY QUESTIONS TO SUPPLIERS 1) What would be your preferred payment structure for this type of contract? 2) What types of testing do you complete on-site and what (if any) do you outsource? 3) Do you have on-site capability for processing/unpacking of samples known or thought to contain pathogens from Hazard Group 3 (\"High Risk\" samples)? 4) Do you have a remote result/report access system/capability? Please note, this is separate from the electronic transfer of results into the patient healthcare record and refers to either cloud based or web portal-based access to a result reporting system. 5) Do you have an established pathology sample courier contract for transport of specimens to referral laboratories? Additional information: The Authority reserves the right not to proceed with this procurement. Nothing shall constitute a commitment to instigating a formal procurement process. No down-selection of Potential Providers will take place as a consequence of any responses or interactions relating to this RFI. No information provided by a Potential Provider in response to this RFI will be carried forward, used or acknowledged in any way for the purpose of evaluating the Potential Provider, in any subsequent formal procurement process that may take place. QUALITY STANDARDS/CONFIDENTIALITY - ISO 15189:2012 standards and ensure any secondary referral establishments sub-contracted by the Contractor comply with these standards - Provide a valid certificate of UKAS accreditation on the Authority's request. - Risk Management - The Contractor is to have a policy in place which encompasses the principles contained within ISO 31000:2009/DIS31000. - Health and Safety - The Contractor must be compliant with Health and Safety at Work Act 1974 and Health Technical Memorandum 07-01 Safe management of healthcare waste. - Accepting and processing samples arriving by post following Laboratory Handbook standards and packed in accordance with UN3373 regulations. - Quality standards contained within ISO15189:2012 (Registered with United Kingdom Accreditation Services or suitable equivalent). - National Newborn Blood Spot Failsafe Solution (NBSFS) mandated in service specification No. 19, NHS Newborn Blood Spot Screening in sections 2.2, 2.3, 3.6, 3.25, 4.2 and 5.6 of document. - Information contained within the Medical Record should be handled in accordance with Access to Medical Records Act 1988, Health Record Act 1990, Data Protection Act 2018, General Data Protection Regulation 2018 and the Caldicott Principles. - Records and samples must be retained in accordance with the RC Path and IBMS guidance provided in \"The Retention and Storage of Pathological Records and Specimens\". SECURITY CLASSIFICATION 5.1. This Contract is classified at Official Sensitive (OS) 5.2. The MoD has determined the level of risk as HIGH (Reference: RAR-QAK5PPXX) as defined in DEF STAN 05-138. 5.3. To do business with the MOD you must have the Cyber Security controls required as defined in DEF STAN 05-138. ESTIMATED TIME FRAMES RFI Issued: 1st March 2022 RFI Responses back: 22nd March 2022 Invitation to Tender (ITT) release via DSP: 12th April 2022 Tender Return: 10th May 2022 Tender Evaluation: 24th May 2022 Contract Award: 31st May 2022 Standstill Period: 9th June 2022 Contract Implementation: 1st July 2022",
        "status": "planning",
        "classification": {
            "scheme": "CPV",
            "id": "85111000",
            "description": "Hospital services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "85111800",
                "description": "Pathology services"
            },
            {
                "scheme": "CPV",
                "id": "85111810",
                "description": "Blood analysis services"
            },
            {
                "scheme": "CPV",
                "id": "85111820",
                "description": "Bacteriological analysis services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "suitability": {
            "sme": false,
            "vcse": false
        }
    },
    "parties": [
        {
            "id": "GB-CFS-199646",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Medical Services (DMS), Whittington, Coltman House",
                "locality": "Lichfield",
                "postalCode": "WS14 9PY",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Kate Morrow",
                "email": "kate.morrow100@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-199646",
        "name": "Ministry of Defence"
    }
}