Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}