{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-032d3e-2022-04-13T12:49:40+01:00",
    "date": "2022-04-13T12:49:40+01:00",
    "ocid": "ocds-h6vhtk-032d3e",
    "initiationType": "tender",
    "tender": {
        "id": "703085450",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "The Provision of a Pathology Specimen Referral Service for Overseas Bases",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "85111800",
            "description": "Pathology services"
        },
        "mainProcurementCategory": "services",
        "description": "This is for the provision of a coherent specimen referral and assay service to support all permanent Authority overseas locations and deployed units.",
        "value": {
            "amount": 145500,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "1. Background 1.1. The requirement will be issued by Defence Medical Services (DMS). 1.2. This is for the provision of a coherent specimen referral and assay service to support all permanent Authority overseas locations and deployed units. 2. Requirement Overview 2.1. The Contractor will be responsible for producing an electronic Laboratory Handbook to list all tests available in-house, with sample requirements, pre-analytical requirements, and estimated turnaround time (TAT) coherent with the RCPath guidelines. 2.2. Sample testing include, but are not limited to, Bio, Micro, Histo, Haem and Cyto. 2.3. The average number of tests over a 12-month period is 3000, however due to the unpredictability of the referral service, usage may decline or increase during the lifetime of the contract. 2.4. It is the responsibility of the Authority to organise and coordinate shipment of all samples specimens 2.5. The Contractor will be expected to provide a 24 hour, 365/year sample collection/processing service and email or telephone contact for monitoring transportation of samples. 2.6. A 24-hour telephone service from a pathologist/clinical scientist/biomedical scientist will also be necessary for providing the Authority with technical advice on haematology, clinical chemistry, microbiology, and cellular pathology results/issues. 2.7 A fast and secure method that conforms to the General Data Protection Regulations must be executed for delivering results to the Authority and agreed failsafe measures shall be implemented to ensure DMS patient safety and compliance with national service standards. Additional information: Please see link to access tender on Defence Sourcing Portal: https://www.contracts.mod.uk/go/1443871601801D856B00",
                "contractPeriod": {
                    "startDate": "2022-07-01T00:00:00+01:00",
                    "endDate": "2025-06-30T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Three (3) Years with a potential for option years (1+1+1)"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Three (3) Years with a potential for option years (1+1+1)"
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "85000000",
                        "description": "Health and social work services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85110000",
                        "description": "Hospital and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85111810",
                        "description": "Blood analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85111820",
                        "description": "Bacteriological analysis services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85112000",
                        "description": "Hospital support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85112200",
                        "description": "Outpatient care services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85120000",
                        "description": "Medical practice and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "85121200",
                        "description": "Medical specialist services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Contractor's site"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.contracts.mod.uk/go/1443871601801D856B00",
        "communication": {
            "atypicalToolUrl": "https://www.contracts.mod.uk/go/1443871601801D856B00"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "To participate in the tender and submit a bid, tenderers are required to complete a Supplier Assurance Questionnaire on Defence Sourcing Portal (DSP). This Contract is classified at Official Sensitive (OS) and will be procured in line with Public Contract Regulations (PCR) 2015",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-05-18T17:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2022-08-16T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2022-05-18T17:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-05-18T17:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-49966",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Defence Medical Services (DMS), Whittington, Coltman House",
                "locality": "Lichfield",
                "region": "UK",
                "postalCode": "WS14 9PY",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Megan Cook",
                "email": "Megan.Cook120@mod.gov.uk",
                "url": "https://www.contracts.mod.uk/go/1443871601801D856B00"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.contracts.mod.uk/go/1443871601801D856B00",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-49967",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Whitehall",
                "locality": "London",
                "postalCode": "SW1A 2HB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-49966",
        "name": "Ministry of Defence"
    },
    "language": "en"
}