Tender

Managed Pathology / Equipment Service

CHELSEA AND WESTMINSTER HOSPITAL NHS FOUNDATION TRUST

This public procurement record has 1 release in its history.

Tender

16 Sep 2022 at 08:56

Summary of the contracting process

The Chelsea & Westminster NHS Foundation Trust is seeking a managed equipment service for processing Chlamydia and Gonorrhoea tests across four sites in Central London. The Trust requires a solution that balances performance, quality, reliability, space utilisation, and cost efficiency. Suppliers can propose single or multi-site solutions, ensuring testing availability at any of the specified sites. The procurement process is currently in the award stage with a submission deadline of 30th September 2022.

This tender opportunity offers businesses in the healthcare equipment and services industry a chance to provide a long-term testing solution. Companies offering managed equipment services, laboratory equipment, and software solutions are well-suited to compete. The procurement method is selective, with the area of suitability emphasising security. The tender presents an opportunity for businesses to engage with the Chelsea & Westminster NHS FT and potentially secure a contract for providing essential testing services over the contract period of five years, with possible extensions.

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

Managed Pathology / Equipment Service

Notice Description

Chelsea & Westminster NHS FT (CW) is seeking a managed equipment service (MES) that will provide, as a minimum, the necessary equipment, materials, servicing and maintenance as well as software to allow CW to process approximately 455,000 Chlamydia trachomatis and Neisseria gonorrhoeae (CT/NG) PCR tests per annum, across four sites. The Trust is seeking a solution that will provide the best balance of performance (in terms of turnaround time), quality, reliability, ease of use, space utilisation and cost efficiency. Consequently, suppliers can propose single or multi-site solutions but must take account of the full requirements when submitting their proposals. Lifecycle Management Group has been appointed to support CW with this exercise.

Lot Information

Lot 1

CW is seeking to purchase a managed equipment service (MES) that will provide, as a minimum, the necessary equipment, materials, servicing and maintenance as well as software to allow CW to process approximately 455,000 CT/NG PCR tests per annum, across four sites. The Trust is seeking a solution that will provide the best balance of performance (in terms of turnaround time), quality, reliability, ease of use, space utilisation and cost efficiency. Consequently, suppliers can propose single or multi-site solutions but must take account of the following and the full requirements when submitting their proposals: The target Turnaround Time (TAT) is for tests to be predictable, measured as 80% within target time, turnaround time. It can be assumed that this time excludes receipt and registration but must include all sample tracking, preparation, batching, equipment run-time, validation and result transmission via the agreed interface to the clinic management system. The TAT target should allow for any breakdowns as well as planned and unplanned service costs. There must be sufficient redundancy in the system to accommodate this. Suppliers must specify the workforce that will be required to safely operate the proposed system. This will factor into the financial evaluation and, will also be a consideration when setting the KPIs. Staff activities that should be allowed for must include all throughput and non-throughput related activities directly related to testing, including sample processing, materials management, equipment operation and maintenance, quality control activities and waste management. For costing purposes, supplier should specify FTEs to staff any proposed testing site, as per the operating hours outlined in the tender documentation. The requirement is for testing to be available at any of the four sites across Central London. If the proposal is for some of these sites to be serviced through a centralised testing model, with samples being transported between sites, this will be reflected in the financial proposal. However, CW will be responsible for providing inter-site transport and this will not form part of the scope of the MES. The time to transport samples between sites will not count towards the target TAT as stated above. Suppliers should, however, allow for peak hourly demand, including the transport delay, when determining capacity requirements. Suppliers should clearly state the total installed capacity that is available and the percentage of this capacity that will be available in case of critical failures of at least one instrument. The Trust has a strong preference for work to be performed within the confines of the clinic and no space has been allocated for laboratory testing operations outside of the current clinic footprint. The available space per site is set in the tender documentation and should there be a need to expand beyond this space, this will be accounted for in the financial evaluation. The four sites in scope are: - 10 Hammersmith Broadway Clinic - John Hunter Clinic for Sexual Health - 56 Dean Street Clinic - West Middlesex University Hospital Sexual Health Clinic

Renewal: CW is seeking a comprehensive long-term solution for CT/NG PCR testing services over a period of five (5) years. Optional extension for an additional two (2) years may be discussed.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0368f4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026001-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

85 - Health and social work services


CPV Codes

85323000 - Community health services

Notice Value(s)

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

Notice Dates

Publication Date
16 Sep 20223 years ago
Submission Deadline
30 Sep 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
CHELSEA AND WESTMINSTER HOSPITAL NHS FOUNDATION TRUST
Contact Name
Ishtiaq Ahad
Contact Email
chelwestctng@lifecycle.co.uk
Contact Phone
+44 7956061177

Buyer Location

Locality
LONDON
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLI32 Westminster, TLI33 Kensington & Chelsea and Hammersmith & Fulham

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

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-h6vhtk-0368f4-2022-09-16T09:56:02+01:00",
    "date": "2022-09-16T09:56:02+01:00",
    "ocid": "ocds-h6vhtk-0368f4",
    "initiationType": "tender",
    "tender": {
        "id": "LGM35681",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Managed Pathology / Equipment Service",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85323000",
            "description": "Community health services"
        },
        "mainProcurementCategory": "services",
        "description": "Chelsea & Westminster NHS FT (CW) is seeking a managed equipment service (MES) that will provide, as a minimum, the necessary equipment, materials, servicing and maintenance as well as software to allow CW to process approximately 455,000 Chlamydia trachomatis and Neisseria gonorrhoeae (CT/NG) PCR tests per annum, across four sites. The Trust is seeking a solution that will provide the best balance of performance (in terms of turnaround time), quality, reliability, ease of use, space utilisation and cost efficiency. Consequently, suppliers can propose single or multi-site solutions but must take account of the full requirements when submitting their proposals. Lifecycle Management Group has been appointed to support CW with this exercise.",
        "lots": [
            {
                "id": "1",
                "description": "CW is seeking to purchase a managed equipment service (MES) that will provide, as a minimum, the necessary equipment, materials, servicing and maintenance as well as software to allow CW to process approximately 455,000 CT/NG PCR tests per annum, across four sites. The Trust is seeking a solution that will provide the best balance of performance (in terms of turnaround time), quality, reliability, ease of use, space utilisation and cost efficiency. Consequently, suppliers can propose single or multi-site solutions but must take account of the following and the full requirements when submitting their proposals: The target Turnaround Time (TAT) is for tests to be predictable, measured as 80% within target time, turnaround time. It can be assumed that this time excludes receipt and registration but must include all sample tracking, preparation, batching, equipment run-time, validation and result transmission via the agreed interface to the clinic management system. The TAT target should allow for any breakdowns as well as planned and unplanned service costs. There must be sufficient redundancy in the system to accommodate this. Suppliers must specify the workforce that will be required to safely operate the proposed system. This will factor into the financial evaluation and, will also be a consideration when setting the KPIs. Staff activities that should be allowed for must include all throughput and non-throughput related activities directly related to testing, including sample processing, materials management, equipment operation and maintenance, quality control activities and waste management. For costing purposes, supplier should specify FTEs to staff any proposed testing site, as per the operating hours outlined in the tender documentation. The requirement is for testing to be available at any of the four sites across Central London. If the proposal is for some of these sites to be serviced through a centralised testing model, with samples being transported between sites, this will be reflected in the financial proposal. However, CW will be responsible for providing inter-site transport and this will not form part of the scope of the MES. The time to transport samples between sites will not count towards the target TAT as stated above. Suppliers should, however, allow for peak hourly demand, including the transport delay, when determining capacity requirements. Suppliers should clearly state the total installed capacity that is available and the percentage of this capacity that will be available in case of critical failures of at least one instrument. The Trust has a strong preference for work to be performed within the confines of the clinic and no space has been allocated for laboratory testing operations outside of the current clinic footprint. The available space per site is set in the tender documentation and should there be a need to expand beyond this space, this will be accounted for in the financial evaluation. The four sites in scope are: - 10 Hammersmith Broadway Clinic - John Hunter Clinic for Sexual Health - 56 Dean Street Clinic - West Middlesex University Hospital Sexual Health Clinic",
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "CW is seeking a comprehensive long-term solution for CT/NG PCR testing services over a period of five (5) years. Optional extension for an additional two (2) years may be discussed."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI32"
                    },
                    {
                        "region": "UKI33"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.lifecycle.co.uk/tenders.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SEC3URE",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2022-09-30T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar days standstill period at the point of information on the decision to award the contract is communicated to bidders in accordance with Regulation 32A of the Public Procurement (Amendment etc.) (EU Exit) Regulations 2020. Any bidder wishing to appeal the decision to award the contract, or after the award of contract, appeal the award, shall have the rights as set out in Part 9 of the Public Contract Regulations."
    },
    "parties": [
        {
            "id": "GB-FTS-58854",
            "name": "Chelsea and Westminster Hospital NHS Foundation Trust",
            "identifier": {
                "legalName": "Chelsea and Westminster Hospital NHS Foundation Trust",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "locality": "London",
                "region": "UKI32",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ishtiaq Ahad",
                "telephone": "+44 7956061177",
                "email": "chelwestctng@Lifecycle.co.uk",
                "url": "https://www.lifecycle.co.uk/tenders.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.chelwest.nhs.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-8034",
            "name": "Lifecycle Management Group Ltd",
            "identifier": {
                "legalName": "Lifecycle Management Group Ltd"
            },
            "address": {
                "locality": "Oxford",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "chelwestctng@Lifecycle.co.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-58854",
        "name": "Chelsea and Westminster Hospital NHS Foundation Trust"
    },
    "language": "en"
}