Tender

Provision of a Laboratories Managed Service

NHS LANARKSHIRE

This public procurement record has 2 releases in its history.

Tender

28 Mar 2024 at 09:45

Planning

02 Oct 2023 at 13:10

Summary of the contracting process

The procurement process for the provision of a Laboratories Managed Service by NHS Lanarkshire involves inviting potential managed service providers to compete through a 2-stage tender process. The buying organisation, NHS Lanarkshire, seeks to appoint a Managed Service Provider for the laboratory services across NHS Lanarkshire. This opportunity falls under the services category with a value of £160 million. The procurement method is 'Competitive procedure with negotiation', with an estimated contract period of 2520 days. The complete process is being conducted via the Public Contracts Scotland-Tender portal, ensuring transparency and fairness.

This tender offers significant business growth opportunities for companies capable of providing managed services to laboratory disciplines such as Biochemistry, Cellular Pathology, Haematology, and Microbiology. Businesses well-suited to compete are those with experience in delivering integrated IT solutions, major analysers, equipment, and consumables in the healthcare sector. The procurement stage is currently at the Tender phase, with a submission deadline of 7th May 2024. Interested suppliers must meet the selection criteria outlined in the procurement documents to qualify for the Invitation to Tender stage, where successful bidders will have the chance to negotiate and secure a contract with NHS Lanarkshire.

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

Notice Title

Provision of a Laboratories Managed Service

Notice Description

NHS Lanarkshire seeks to appoint a Managed Service Provider for the provision of a managed service to the laboratory services across NHS Lanarkshire incorporating four principle disciplines: 1. Biochemistry; 2. Cellular Pathology; 3. Haematology; 4. Microbiology. The requirement includes integrated IT solutions, major analysers, equipment, reagents and consumables to deliver the test repertoire for all laboratory disciplines. Bidders must be able to provide all aspects of the managed services. Including the provision of third-party instruments and/or services by subcontractors. The Boards laboratory services are provided from three acute hospital sites within the geographical area of Lanarkshire: 1. University Hospital Hairmyres (UHH) 2. University Hospital Monklands (UHM) 3. University Hospital Wishaw (UHW) The objective of this Contract Notice is to invite potential managed service providers to respond to this opportunity to provide qualification information.

Lot Information

Lot 1

NHS Lanarkshire is seeking to appoint a Managed Service Provider for the provision of a managed service to the laboratory services across NHS Lanarkshire. This procurement will result in the appointment of a sole Managed Service Provider through a 2 stage tender process utilising the Competitive Procedure with Negotiation. Bidders responses to this Contract Notice will be evaluated against the Pre-Qualification criteria stated within the accompanying procurement documents and SPD. It is anticipated that a minimum of 3 bidders will be invited to the Stage 2- Invitation to Tender. The Board may choose to enter into negotiation after the submission of initial tenders or award a contract on the basis of an initial tender received without negotiation. Where negotiation takes place, at the end of the negotiations bidders will be invited to submit a best and final offer. After evaluation, one bidder will be awarded to the contract. Further details are included in the procurement documents accompanying this Contract Notice. Additional information: The estimated value provided within this contract notice and accompanying documents does not include costs relating to indexation or exit provisions relating to continuity of service at the end of the initial contract term or any subsequent extensions.

Options: Throughout the contract term, additional purchases may be made as a result of innovation or changes in the services.

Renewal: The contract may be extended beyond the initial term for a total duration not exceeding 20 years (excluding any exit provisions within the contract).

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-040721
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010189-2024
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71900000 - Laboratory services

Notice Value(s)

Tender Value
£160,000,000 £100M-£1B
Lots Value
£160,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
28 Mar 20242 years ago
Submission Deadline
7 May 2024Expired
Future Notice Date
31 Mar 2024Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
The Board may choose to procure for the provision of these services at the end of the initial term or subsequent extensions.

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NHS LANARKSHIRE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BOTHWELL
Postcode
G71 8BB
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM8 West Central Scotland

Local Authority
South Lanarkshire
Electoral Ward
Bothwell and Uddingston
Westminster Constituency
Rutherglen

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-040721-2024-03-28T09:45:15Z",
    "date": "2024-03-28T09:45:15Z",
    "ocid": "ocds-h6vhtk-040721",
    "description": "In the event that the procurement process is not concluded by 1st April 2025, bidders will be asked to extend the validity of their response. It is expected that the Managed Service Provider will take a positive approach to Fair Work practices, more information is provided within the accompanying documents uploaded with this Contract Notice. Economic operators are advised of the possibility that additional services may be awarded pursuant to and in accordance with Regulation 33(8). The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 26423. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Details of community benefits clauses will be provided in Stage 2- Invitation to Tender (SC Ref:760970)",
    "initiationType": "tender",
    "tender": {
        "id": "NHSL78-24",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of a Laboratories Managed Service",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71900000",
            "description": "Laboratory services"
        },
        "mainProcurementCategory": "services",
        "description": "NHS Lanarkshire seeks to appoint a Managed Service Provider for the provision of a managed service to the laboratory services across NHS Lanarkshire incorporating four principle disciplines: 1. Biochemistry; 2. Cellular Pathology; 3. Haematology; 4. Microbiology. The requirement includes integrated IT solutions, major analysers, equipment, reagents and consumables to deliver the test repertoire for all laboratory disciplines. Bidders must be able to provide all aspects of the managed services. Including the provision of third-party instruments and/or services by subcontractors. The Boards laboratory services are provided from three acute hospital sites within the geographical area of Lanarkshire: 1. University Hospital Hairmyres (UHH) 2. University Hospital Monklands (UHM) 3. University Hospital Wishaw (UHW) The objective of this Contract Notice is to invite potential managed service providers to respond to this opportunity to provide qualification information.",
        "lots": [
            {
                "id": "1",
                "description": "NHS Lanarkshire is seeking to appoint a Managed Service Provider for the provision of a managed service to the laboratory services across NHS Lanarkshire. This procurement will result in the appointment of a sole Managed Service Provider through a 2 stage tender process utilising the Competitive Procedure with Negotiation. Bidders responses to this Contract Notice will be evaluated against the Pre-Qualification criteria stated within the accompanying procurement documents and SPD. It is anticipated that a minimum of 3 bidders will be invited to the Stage 2- Invitation to Tender. The Board may choose to enter into negotiation after the submission of initial tenders or award a contract on the basis of an initial tender received without negotiation. Where negotiation takes place, at the end of the negotiations bidders will be invited to submit a best and final offer. After evaluation, one bidder will be awarded to the contract. Further details are included in the procurement documents accompanying this Contract Notice. Additional information: The estimated value provided within this contract notice and accompanying documents does not include costs relating to indexation or exit provisions relating to continuity of service at the end of the initial contract term or any subsequent extensions.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality/Technical",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "value": {
                    "amount": 160000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract may be extended beyond the initial term for a total duration not exceeding 20 years (excluding any exit provisions within the contract)."
                },
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the corresponding documents attached to this project in PCS-T. The Board will apply a two stage process: Stage 1 - Pre-Qualification via the SPD(Scotland). Bidders will be evaluated based on their response to the SPD comprising of exclusion grounds and selection criteria. The exclusion criteria within the SPD will be used to determine if there are any circumstances under which a bidder must be excluded from the procurement process or circumstances on which the Board may determine that a bidder should be excluded. The selection criteria will be used to determine the suitability of the bidder to perform the contract. Bidder responses to the selection criteria contained within the SPD will be scored on a pass/fail basis with the scoring methodology outlined in the accompanying Procurement Information Document. Bidders who achieve a score of 'fail' for their response to any of the selection criteria will be excluded from the tender process at the pre-qualification stage. All bidders who achieve a score of 'pass' for all selection criteria will be invited to Stage 2. Stage 2 - Invitation to Tender (ITT) will be dispatched to bidders who were successful in Stage 1."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Throughout the contract term, additional purchases may be made as a result of innovation or changes in the services."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71900000",
                        "description": "Laboratory services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM8"
                    },
                    {
                        "region": "UKM8"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2024-03-31T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 160000000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to procurement documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "Contract conditions will be provided in Stage 2 - Invitation to Tender",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "noNegotiationNecessary": true,
            "invitationDate": "2024-06-14T00:00:00+01:00"
        },
        "tenderPeriod": {
            "endDate": "2024-05-07T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "The Board may choose to procure for the provision of these services at the end of the initial term or subsequent extensions."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-2456",
            "name": "NHS Lanarkshire",
            "identifier": {
                "legalName": "NHS Lanarkshire"
            },
            "address": {
                "streetAddress": "NHS Lanarkshire Headquarters, Kirklands, Fallside Road",
                "locality": "Bothwell",
                "region": "UKM8",
                "postalCode": "G71 8BB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 7976930578",
                "email": "tenders@lanarkshire.scot.nhs.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.nhslanarkshire.org.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2457",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "locality": "Hamilton",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-2456",
        "name": "NHS Lanarkshire"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000746268"
        }
    ],
    "language": "en"
}