Tender

Managed Equipment Service for Sexual Health Testing

CHELSEA AND WESTMINSTER HOSPITAL NHS FOUNDATION TRUST

This public procurement record has 1 release in its history.

Planning

20 May 2024 at 10:59

Summary of the contracting process

The Chelsea & Westminster NHS Foundation Trust is seeking a managed service partner to implement near-patient Chlamydia Trachomatis and Neisseria Gonorrhoeae (CT/NG) PCR testing in Central/North-West London. The procurement process is currently in the tender stage with a submission deadline of June 14, 2024. The contract value is £15,000,000 GBP, and the contract period will run from January 1, 2025, to May 27, 2034. The Trust aims to consolidate CT/NG testing services across four sites, including 10 Hammersmith Broadway Clinic, John Hunter Clinic, 34 Dean Street, and Sexual Health Hounslow.

This tender presents an opportunity for service providers in the healthcare industry to offer cost-effective and efficient testing solutions to Chelsea & Westminster NHS FT. Businesses specialising in healthcare services, medical equipment, software solutions, and laboratory operations are well-suited to compete. The procurement method is selective, and the Trust is looking for suppliers who can provide a comprehensive long-term testing solution over ten years, with potential for equipment refresh after five years. Suppliers must demonstrate the capacity to handle testing at multiple sites and meet the trust's quality and efficiency requirements.

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 Equipment Service for Sexual Health Testing

Notice Description

Chelsea & Westminster NHS FT (CWFT) is seeking a managed service partner in the implementation of near-patient Chlamydia Trachomatis and Neisseria Gonorrhoeae (CT/NG) PCR testing and/or upgrading of existing CT/NG systems at their sexual health screening locations in Central/North-West London, to process approximately 260,000 CT/NG PCR tests per annum. The objective will be to have one supplier that can provide the most cost-effective solutions for each of CWFT's four sexual health clinics, whilst being able to process the volumes required, and complying with the pre-requisites as defined in this document. To ensure one complete service solution, Suppliers might have to make use of third-party suppliers for tests, hardware and/or software that cannot be provided in-house. However, support for all hardware, software and materials will rest with the Supplier and CW will not enter any contracts with any third-party supplier.<br/>By consolidating the CW sexual health CT/NG testing services across the four sites with a single supplier, CW is seeking to provide a more cost-effective and joined up testing service, while maintaining and exceeding the current levels of service and quality, in order to provide a first-class service to their clients.<br/>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.<br/><br/>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. <br/> <br/>The requirement is for testing to be available at any of the four main sites across Central London with transport of samples from community clinics to one of the four main clinic sites.<br/><br/>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.<br/><br/>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, or any further enabling works, this will be accounted for in the financial evaluation. <br/><br/>The four sites in scope are: <br/> - 10 Hammersmith Broadway Clinic<br/>- John Hunter Clinic for Sexual Health<br/>- 34 Dean Street <br/>- Sexual Health Hounslow

Lot Information

Lot 1

Akin to Restricted procedure under the Light touch Regime

Renewal: Chelsea & Westminster is seeking a comprehensive long-term solution for CT/NG PCR testing services over a period of ten (10) years with the option for equipment refresh after five (5) years. Optional extension for an additional five (5) years may be discussed.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0468d9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/015833-2024
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
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
£15,000,000 £10M-£100M
Lots Value
£15,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 May 20241 years ago
Submission Deadline
14 Jun 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Jan 2025 - 27 May 2034 Over 5 years
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
Mr Simon Parry
Contact Email
s.parry11@nhs.net
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW10 0XD
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI33 Kensington & Chelsea and Hammersmith & Fulham
Delivery Location
TLI32 Westminster

Local Authority
Hammersmith and Fulham
Electoral Ward
Sands End
Westminster Constituency
Chelsea and Fulham

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-0468d9-2024-05-20T11:59:08+01:00",
    "date": "2024-05-20T11:59:08+01:00",
    "ocid": "ocds-h6vhtk-0468d9",
    "initiationType": "tender",
    "tender": {
        "id": "C285315",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Managed Equipment Service for Sexual Health Testing",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85323000",
            "description": "Community health services"
        },
        "mainProcurementCategory": "services",
        "description": "Chelsea & Westminster NHS FT (CWFT) is seeking a managed service partner in the implementation of near-patient Chlamydia Trachomatis and Neisseria Gonorrhoeae (CT/NG) PCR testing and/or upgrading of existing CT/NG systems at their sexual health screening locations in Central/North-West London, to process approximately 260,000 CT/NG PCR tests per annum. The objective will be to have one supplier that can provide the most cost-effective solutions for each of CWFT's four sexual health clinics, whilst being able to process the volumes required, and complying with the pre-requisites as defined in this document. To ensure one complete service solution, Suppliers might have to make use of third-party suppliers for tests, hardware and/or software that cannot be provided in-house. However, support for all hardware, software and materials will rest with the Supplier and CW will not enter any contracts with any third-party supplier.<br/>By consolidating the CW sexual health CT/NG testing services across the four sites with a single supplier, CW is seeking to provide a more cost-effective and joined up testing service, while maintaining and exceeding the current levels of service and quality, in order to provide a first-class service to their clients.<br/>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.<br/><br/>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. <br/> <br/>The requirement is for testing to be available at any of the four main sites across Central London with transport of samples from community clinics to one of the four main clinic sites.<br/><br/>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.<br/><br/>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, or any further enabling works, this will be accounted for in the financial evaluation. <br/><br/>The four sites in scope are: <br/> - 10 Hammersmith Broadway Clinic<br/>- John Hunter Clinic for Sexual Health<br/>- 34 Dean Street <br/>- Sexual Health Hounslow",
        "value": {
            "amount": 15000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "Akin to Restricted procedure under the Light touch Regime",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "20"
                        }
                    ]
                },
                "value": {
                    "amount": 15000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2025-01-01T00:00:00Z",
                    "endDate": "2034-05-27T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Chelsea & Westminster is seeking a comprehensive long-term solution for CT/NG PCR testing services over a period of ten (10) years with the option for equipment refresh after five (5) years. Optional extension for an additional five (5) years may be discussed."
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKI32"
                    }
                ],
                "deliveryLocation": {
                    "description": "56 Dean Street, 10 Hammersmith Broadway, Sexual Health Hounslow (Twickenham House) and John Hunter Clinic"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://health-family.force.com/s/Welcome",
        "communication": {
            "atypicalToolUrl": "https://health-family.force.com/s/Welcome"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2024-06-14T14:30:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        }
    },
    "parties": [
        {
            "id": "GB-FTS-46717",
            "name": "Chelsea and Westminster Hospital NHS Foundation Trust",
            "identifier": {
                "legalName": "Chelsea and Westminster Hospital NHS Foundation Trust"
            },
            "address": {
                "streetAddress": "Unit G3, Harbour Yard, Chelsea Harbour",
                "locality": "London",
                "region": "UKI33",
                "postalCode": "SW10 0XD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Mr Simon Parry",
                "email": "s.parry11@nhs.net",
                "url": "https://health-family.force.com/s/Welcome"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.chelwest.nhs.uk",
                "buyerProfile": "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-107961",
            "name": "NHS England",
            "identifier": {
                "legalName": "NHS England"
            },
            "address": {
                "streetAddress": "7-8 Wellington Place",
                "locality": "Leeds",
                "postalCode": "LS1 4AP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ],
            "details": {
                "url": "https://www.england.nhs.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-46717",
        "name": "Chelsea and Westminster Hospital NHS Foundation Trust"
    },
    "language": "en"
}