{
    "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"
}