Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Princess Alexandra Hospital NHS Trust
The Princess Alexandra Hospital NHS Trust, Mitre 1, Building Kitson Way
Harlow
CM20 1DR
UK
Contact person: Martyn Richardson
Telephone: +44 1279444455
E-mail: martyn.richardson@nhs.net
NUTS: UKH23
Internet address(es)
Main address: https://www.pah.nhs.uk/
Address of the buyer profile: https://secure.sourcedogg.com/profile/theprincessalexandrahospital
I.1) Name and addresses
East and North Hertfordshire NHS Trust
Lister Hospital, Coreys Mill Lane
Stevenage
SG1 4AB
UK
Contact person: Martyn Richardson
Telephone: +44 1279444455
E-mail: martyn.richardson@nhs.net
NUTS: UKH23
Internet address(es)
Main address: https://www.enherts-tr.nhs.uk/
I.1) Name and addresses
West Hertfordshire Hospitals NHS Trust
Vicarage Rd
Watford
WD18 0HB
UK
Contact person: Martyn Richardson
Telephone: +44 1279444455
E-mail: martyn.richardson@nhs.net
NUTS: UKH23
Internet address(es)
Main address: https://www.westhertshospitals.nhs.uk/
I.1) Name and addresses
Herts Valleys Clinical Commissioning Group
The Forum, Marlowes
Hemel Hempstead
HP1 1DN
UK
Contact person: Martyn Richardson
Telephone: +44 1279444455
E-mail: martyn.richardson@nhs.net
NUTS: UKH23
Internet address(es)
Main address: https://hertsvalleysccg.nhs.uk/
I.1) Name and addresses
East and North Hertfordshire Clinical Commissioning Group
Charter House, Parkway, Welwyn Garden City
Herts
AL8 6JL
UK
Contact person: Martyn Richardson
Telephone: +44 1279444455
E-mail: martyn.richardson@nhs.net
NUTS: UKH23
Internet address(es)
Main address: https://www.enhertsccg.nhs.uk/
I.1) Name and addresses
West Essex Clinical Commissioning Group
Building 4 Spencer Close, The Plain
Epping
CM16 6TN
UK
Contact person: Martyn Richardson
Telephone: +44 1279444455
E-mail: martyn.richardson@nhs.net
NUTS: UKH23
Internet address(es)
Main address: https://westessexccg.nhs.uk/
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://secure.sourcedogg.com/profile/theprincessalexandrahospital/requests/28730
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://secure.sourcedogg.com/profile/theprincessalexandrahospital/requests/28730
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Regional or local agency/office
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Hertfordshire and West Essex STP Transformation of Pathology Services
Reference number: T121-19
II.1.2) Main CPV code
85111800
II.1.3) Type of contract
Services
II.1.4) Short description
The Contracting Authorities are looking to award a contract for the provision of pathology services to all the organisations abovementioned, which may involve multiple contracts (for example for analytics and managed laboratory services).
The current expectation is that the pathology services will need to cover the full range of pathology disciplines (although potential bidders should be aware that the scope of the pathology services will be subject to change to reflect discussions during competitive dialogue, changes in test repertoires and the introduction of new test types).
II.1.5) Estimated total value
Value excluding VAT:
500 000 000.00
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
II.2.3) Place of performance
NUTS code:
UKH23
UKH35
Main site or place of performance:
England.
II.2.4) Description of the procurement
This procurement is being led by Princess Alexandra Hospital NHS Trust on its own behalf and on behalf of the following Contracting Authorities: West Hertfordshire Hospitals NHS Trusts, East and North Hertfordshire NHS Trust, West Essex CCG, East and North Herts CCG, Herts Valleys CCG (the ‘Core Contracting Authorities’). The total activity per annum for the Core Contracting Authorities is approximately 15 000 000 tests (subject to change after further analysis).
The range of pathology services required includes: blood sciences (including 24/7 provision on site), immunology, infectious sciences (including on-call), cellular pathology, specialist hematology, specialist chemistry, molecular, specialist services, central specimen reception, phlebotomy, anti-coagulation, patient service reception, clinics, A&E, and POCT. Refer to procurement documents for further information. The scope of services required is likely to change during the procurement.
II.2.5) Award criteria
Criteria below:
Quality criterion: Statement of requirements
/ Weighting: 70 %
Price
/ Weighting:
30 %
II.2.6) Estimated value
Value excluding VAT:
500 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
30/07/2020
End:
29/07/2030
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for a further 5 years to 2035.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Objective criteria for choosing the limited number of candidates:
Refer to procurement document:
H&WE STP Pathology Transformation Procurement — SQ Information Pack v1.0.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Contracting Authorities would consider proposals from bidders in relation to contractual arrangements and within the limitations imposed by their NHS Trust status.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The duration of the pathology service contract is 10 years with the option to extend for a further 5 years. The Contracting Authorities reserve the right to extend the minimum contract length, subject to competitive dialogue discussions.
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
III.2.2) Contract performance conditions
Performance requirements to be issued at ITPD stage with contract documentation.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/07/2019
Local time: 04:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
30/08/2019
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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2028
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
1) The Contracting Authorities are looking to procure and award contracts for the provision to each of their pathology services. The Contracting Authorities anticipate each of them entering into a single contracts with the selected supplier (and that the award may involve more than one contract between each Contracting Authority and the selected supplier).
2) Potential bidders should be aware that the procurement is not dependent on all of the Contracting Authorities eventually awarding contracts with the selected supplier (although only one supplier will be selected). Each of the Contracting Authorities reserves the right not to award any contract(s).
3) The precise place or places of work will be determined through the tender process but the selected supplier will need to provide at least some elements of the services from the premises of the Core Contracting Authorities. The Contracting Authorities currently anticipate that all of the procured services will need to be provided from within the UK.
(4) The procurement is under the ‘light touch regime’ pursuant to Regulations 74 to 76 of the Public Contracts Regulations 2015. As such the contracting authorities are free to set the procedures for the procurement, subject (inter alia) to those procedures being sufficient to ensure compliance with the principles of transparency and equal treatment. Accordingly, the Contracting Authorities intend to follow a procedure which broadly follows the process of a competitive dialogue, but will not be bound to follow all of the prescriptive elements of that procedure. References in this notice and subsequent procurement documents to the or a ‘competitive dialogue’ shall be construed accordingly.
VI.4) Procedures for review
VI.4.1) Review body
The Princess Alexandra Hospital NHS Trust
Hamstel Rd
Harlow
UK
VI.5) Date of dispatch of this notice
30/05/2019