Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Lancashire Teaching Hospitals NHS Foundation Trust
4 Lytham Road, Fulwood
Preston
PR2 8JB
UK
E-mail: matthew.farmer@elht.nhs.uk
NUTS: UKD45
Internet address(es)
Main address: https://www.lancsteachinghospitals.nhs.uk/
Address of the buyer profile: https://www.lancsteachinghospitals.nhs.uk/
I.1) Name and addresses
University Hospitals of Morecambe Bay NHS Foundation Trust
Royal Lancaster Infirmary
Lancaster
LA1 4RP
UK
E-mail: matthew.farmer@elht.nhs.uk
NUTS: UKD
Internet address(es)
Main address: https://www.uhmb.nhs.uk/
Address of the buyer profile: https://health-family.force.com/s/Welcome
I.1) Name and addresses
East Lancashire Hospitals NHS Trust
Royal Blackburn Teaching Hospital
Blackburn
BB2 3HH
UK
E-mail: matthew.farmer@elht.nhs.uk
NUTS: UKD4
Internet address(es)
Main address: https://elht.nhs.uk
Address of the buyer profile: https://health-family.force.com/s/Welcome
I.1) Name and addresses
Lancashire Teaching Hospitals NHS Foundation Trust
Royal Preston Hospital
Preston
PR2 9HT
UK
E-mail: matthew.farmer@elht.nhs.uk
NUTS: UKD4
Internet address(es)
Main address: https://www.lancsteachinghospitals.nhs.uk/
Address of the buyer profile: https://health-family.force.com/s/Welcome
I.1) Name and addresses
Blackpool Teaching Hospitals NHS Foundation Trust Blackpool
Blackpool Victoria Hospital
Blackpool
FY3 8NR
UK
E-mail: matthew.farmer@elht.nhs.uk
NUTS: UKD4
Internet address(es)
Main address: https://www.bfwh.nhs.uk/
Address of the buyer profile: https://health-family.force.com/s/Welcome
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
Procurement governed by English Law
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://health-family.force.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://health-family.force.com/s/Welcome
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://health-family.force.com/s/Welcome
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of an Integrated Digital Pathology Solution
Reference number: LSC/DPATH/001
II.1.2) Main CPV code
48180000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Provision and Implementation of an Integrated Digital Pathology Solution across the Lancashire and South Cumbria region.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKD
II.2.4) Description of the procurement
Provision and Implementation of an Integrated Digital Pathology Solution across the Lancashire and South Cumbria region.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: Yes
Description of renewals:
The Contract awarded will be for a duration of 7 years with an option for an extension for up to an additional 7 years.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-033190
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/02/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/02/2023
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
UK
Internet address(es)
URL: https://www.judiciary.uk/courts-and-tribunals/high-court/
VI.5) Date of dispatch of this notice
19/01/2023