Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Lancashire Teaching Hospitals NHS Foundation Trust
Lancashire Teaching Hospitals NHS Foundation Trust
Royal Preston Hospital, Sharoe Green Lane
Preston
PR2 9HT
UK
Contact person: Matthew Farmer
E-mail: matthew.farmer@elht.nhs.uk
NUTS: UKD4
Internet address(es)
Main address: https://www.lancsteachinghospitals.nhs.uk/
Address of the buyer profile: www.uk.eu-supply.com
I.1) Name and addresses
Blackpool Teaching Hospitals NHS Foundation Trust
Blackpool
UK
Contact person: Matthew Farmer
E-mail: matthew.farmer@elht.nhs.uk
NUTS: UKD4
Internet address(es)
Main address: https://www.bfwh.nhs.uk/
Address of the buyer profile: www.uk.eu-supply.com
I.1) Name and addresses
East Lancashire Hospitals NHS Trust
Blackburn
UK
E-mail: matthew.farmer@elht.nhs.uk
NUTS: UKD4
Internet address(es)
Main address: https://elht.nhs.uk
Address of the buyer profile: www.uk.eu-supply.com
I.1) Name and addresses
University Hospitals of Morecambe Bay NHS Foundation Trust
Lancaster
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: www.uk.eu-supply.com
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38917&B=NHSSBS
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38917&B=NHSSBS
Tenders or requests to participate must be sent to the abovementioned address
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
Laboratory Information Management System
Reference number: LSC/LIMS/002
II.1.2) Main CPV code
85111800
II.1.3) Type of contract
Services
II.1.4) Short description
The Lancashire & South Cumbria Pathology Collaboration is working towards NHS
Improvement’s published position on pathology networking with a hub and spoke model as the
preferred delivery option for its pathology operations. The pathology collaboration named North 3
consists of the 4 Lancashire & South Cumbria NHS Acute Trusts. The collaboration are procuring
a single laboratory information management system (LIMS) in order to achieve true
interoperability between hub and Essential services laboratories (ESL), full IT integration,
common platforms and procedures.
II.1.5) Estimated total value
Value excluding VAT:
30 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
85111800
48814000
II.2.3) Place of performance
NUTS code:
UKD4
UKD1
II.2.4) Description of the procurement
The Lancashire & South Cumbria Pathology Collaboration is working towards NHS Improvement’s published position on pathology networking with a hub and spoke model as the preferred delivery option for its pathology operations. The pathology collaboration named North 3 consists of the 4 Lancashire & South Cumbria NHS Acute Trusts. An Outline Business Case is being produced and is considering two service options under the hub & spoke model.
The nature of modern pathology services has become much more reliant on efficient and effective technology and this area is an absolute key enabler for the success of the collaboration. The ability to share results in real time will enable effective diagnosis for patients standardised across the whole of the ICS footprint. The IT infrastructure and an integrated LIMS is crucial to the clinical quality, patient safety and operational effectiveness of pathology collaboration and has been identified by NHSI as one of the critical success factors. As referenced in the NHS Improvement pathology networking in England: the state of the nation, September 2018 release, NHSI has developed a toolkit that describes the minimum service that should be available in the Essential services laboratory (ESL). One of these is that the ESL should have true interoperability with the hub, with a single laboratory information management system (LIMS) or full IT integration, common platforms and procedures.
Full details of the Authority's requirements are set out in the Specification in Annex B1 of Section B.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 168
This contract is subject to renewal: No
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/08/2021
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
24/08/2021
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 Royal Courts of Justice
Strand
London
WC2A 2LL
UK
Telephone: +44 2079476000
Internet address(es)
URL: https://theroyalcourtsofjustice.com
VI.5) Date of dispatch of this notice
22/07/2021