Notice Information
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.
Notice Details
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
Buyer & Supplier
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
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-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"
}