Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Fully Managed Pathology Service.

  • First published: 26 March 2016
  • Last modified: 26 March 2016
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Airedale NHS Foundation Trust
Authority ID:
AA23548
Publication date:
26 March 2016
Deadline date:
29 April 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Airedale NHS Foundation Trust (‘ANHSFT’) is the contracting authority on behalf of Integrated Laboratory Solutions LLP, (the ‘Laboratory LLP’) created in February 2016 as a collaboration between Bradford Teaching Hospitals NHS Foundation Trust (‘BTHFT’) and ANHSFT in order to deliver fully integrated pathology services to ANHSFT, BTHFT and surrounding communities. ANHSFT is seeking a contractor to provide a Fully Managed Pathology Service contract (the ‘Contract’). The Contract includes (but is not limited to) the procurement and supply of pathology equipment (analysers, laboratory tracking and sample management systems, associated software, reagents, consumables and associated small scale equipment) to undertake a range of tests that meet the performance and availability requirements, the provision of user training and expert safety management, the supply of on-going managed equipment maintenance, replacement and renewal to ensure required performance and availability outcomes are achieved providing a high quality cost-effective fully accredited and regulatory compliant pathology service.

The Procurement will be undertaken in two key phases, Phase 1 will be primarily focused on ensuring a pathology service is available to meet the needs of BTHFT by the installation and implementation of suitable equipment, IT connectivity and interfacing plus all ancillary services mainly on the BTHFT site, with all enabling works, equipment and method validation and verification and all training ready for anticipated go-live on or about 1.1.2017. Within phase 1 there will also be the requirement to provide certain modalities on the ANHSFT site. From go-live of phase 1 it is a requirement that the proposed solutions on the BTHFT site provides harmonisation of common basic technology, test methodology, software, IT connectivity and provides equivalency of results with existing solutions already in-situ on ANHSFT site. Phase 2 is the longer term 3-5 year incorporation of ANHSFT activity not included at phase 1 and on expiry of legacy contracts leading to complete integration of workforce, IT infrastructure equipment and results output.

During the term of the resulting contract, the Laboratory LLP reserves the right to make any necessary changes to the service to reflect any changes within the Trusts.

Suppliers interested in providing the service must either be capable of providing a complete service with scalable flexibility and the capacity and willingness to work with, and fully manage, any third party suppliers. ANHSFT wishes to award a single Contract for the service.

The Contract will be for a period of 15 years with an option for the LLP to extend the Contract up to a further 5 years.

Tenders must be valid for 4 months from the date stated for receipt of tender.

Please see section VI.3) for further important information.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Airedale NHS Foundation Trust

Skipton Road, Steeton

Keighley

BD20 6TD

UK

Graham Beck


Graham.Beck@anhst.nhs.uk


http://www.airedale-trust.nhs.uk/

https://suppliers.multiquote.com

https://suppliers.multiquote.com

https://suppliers.multiquote.com
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Yes

Integrated Laboratory Solutions LLP

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Fully Managed Pathology Service.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance

Bradford and Keighley West Yorkshire.



UKE41

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Airedale NHS Foundation Trust (‘ANHSFT’) is the contracting authority on behalf of Integrated Laboratory Solutions LLP, (the ‘Laboratory LLP’) created in February 2016 as a collaboration between Bradford Teaching Hospitals NHS Foundation Trust (‘BTHFT’) and ANHSFT in order to deliver fully integrated pathology services to ANHSFT, BTHFT and surrounding communities. ANHSFT is seeking a contractor to provide a Fully Managed Pathology Service contract (the ‘Contract’). The Contract includes (but is not limited to) the procurement and supply of pathology equipment (analysers, laboratory tracking and sample management systems, associated software, reagents, consumables and associated small scale equipment) to undertake a range of tests that meet the performance and availability requirements, the provision of user training and expert safety management, the supply of on-going managed equipment maintenance, replacement and renewal to ensure required performance and availability outcomes are achieved providing a high quality cost-effective fully accredited and regulatory compliant pathology service.

The Procurement will be undertaken in two key phases, Phase 1 will be primarily focused on ensuring a pathology service is available to meet the needs of BTHFT by the installation and implementation of suitable equipment, IT connectivity and interfacing plus all ancillary services mainly on the BTHFT site, with all enabling works, equipment and method validation and verification and all training ready for anticipated go-live on or about 1.1.2017. Within phase 1 there will also be the requirement to provide certain modalities on the ANHSFT site. From go-live of phase 1 it is a requirement that the proposed solutions on the BTHFT site provides harmonisation of common basic technology, test methodology, software, IT connectivity and provides equivalency of results with existing solutions already in-situ on ANHSFT site. Phase 2 is the longer term 3-5 year incorporation of ANHSFT activity not included at phase 1 and on expiry of legacy contracts leading to complete integration of workforce, IT infrastructure equipment and results output.

During the term of the resulting contract, the Laboratory LLP reserves the right to make any necessary changes to the service to reflect any changes within the Trusts.

Suppliers interested in providing the service must either be capable of providing a complete service with scalable flexibility and the capacity and willingness to work with, and fully manage, any third party suppliers. ANHSFT wishes to award a single Contract for the service.

The Contract will be for a period of 15 years with an option for the LLP to extend the Contract up to a further 5 years.

Tenders must be valid for 4 months from the date stated for receipt of tender.

Please see section VI.3) for further important information.

II.1.6)

Common Procurement Vocabulary (CPV)

85111800
85148000
85111810
80531200
71900000
48000000
48180000
38000000
38434500
38434520
38434540
38434560
38434570
38434580
38434550
51430000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

60 000 00080 000 000
GBP

II.2.2)

Options

An initial 15-year term with an option to extend for up to 5 years.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

240

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


III.2.2)

Economic and financial capacity


Selection criteria as stated in the procurement documents.



Included within procurement documents.


III.2.3)

Technical capacity


Selection criteria as stated in the procurement documents.



Included within procurement documents.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

T703/GB

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 29-04-2016  17:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

This is a procurement process for services categorised as Social and Other Specific Services for the purposes of the Public Contracts Regulations 2015 (the ‘Regulations’). Bidders will be required to submit their shortlisting information (referred to as ‘stage 1 evaluation’ in the Invitation to Tender) and their tenders (referred to as the ‘stage 2 evaluation which is made up of the Pricing Response, Quality and Technical Response and Legal Template as detailed in the Invitation to Tender) at the same time — please refer to the Invitation to Tender for more details. The reference to the restricted procedure in section IV.1.1) is on the basis that ANHSFT will only score the tenders of the Bidders who have submitted the four highest scoring responses in Stage 1 (the shortlisting information). ANHSFT reserves the right to vary the process as may be required by ANHSFT including introduction of dialogue, negotiation and further short-listing. Such flexibility is permitted with respect to procurement for Social and Other Specific Services and ANHSFT shall be bound by the Regulations only to the extent that they apply to contracts for Social and Other Specific Services.

ANHSFT is the contracting authority on behalf of Integrated Laboratory Solutions LLP, (the “Laboratory LLP”) created in February 2016 as a new collaboration between BTHFT and ANHSFT. ANHSFT and BTHFT have also set up a second LLP, Integrated Pathology Solutions LLP (the “Pathology LLP”) which will deliver fully integrated clinical pathology services back to ANHSFT and BTHFT as well as other customers in surrounding communities.

It will be the Laboratory LLP that enters into the Contract with the successful Bidder in this procurement process. The Laboratory LLP is currently equally owned and controlled by ANHSFT and BTHFT and, in turn, it will provide services to Pathology LLP which is also equally owned and controlled by ANHSFT and BTHFT. Pathology LLP will deliver clinical pathology services to ANHSFT, BTHFT and other customers in surrounding communities.

The high level aim is for the provision of a fully managed pathology service provision to the Laboratory LLP for the sites at ANHSFT and BTHFT in a proposed service reconfiguration to create a “Hub” and “Spoke”.

In the future, other NHS Bodies (as defined in the NHS Act 2006) may join, either, Laboratory LLP and Pathology LLP and also benefit from the service provision from both LLPs. Accordingly, but in any event, the Contract that is the subject of this OJEU notice will have the ability to be varied to (1) reflect changes in test activity volumes (increases and decreases); (2) reflect changes in the types and repertoire of tests to be delivered and (3) reflect the need for new and different equipment throughout the term of the Contract plus any associated estates interface and/or laboratory enabling works that are required as a result of any such changes including variations to the currently anticipated Hub and Spoke model.

Due to the ongoing provision of services under legacy contracts at ANHSFT and to create a Hub and Spoke, plus the requirement for inter-site backup testing and staff flexibility, the service under the Contract is expected to produce test results that are comparable to current laboratory method principles at ANHSFT. This does not prescribe identical equipment on each site but the equipment on both ANHSFT and BTHFT sites must use common basic technology, software and provide equivalence of results.

Current methods are detailed in the Invitation to Tender documentation and Bidders must either confirm full compliance or indicate any points of variance and explain how any material difference in method or output tolerance will be managed within their proposed solutions.

Enabling works will be required at BTHFT prior to the commencement of Phase 1 of the Contract (as described in section II.1.4) of this OJEU notice) and at ANHSFT in the form of an extension of the existing pathology department and associated utilities and support services within the Financial Year 2016-17. For the purposes of the evaluation of tenders, Bidders will be required to factor into their costs the requirement for the provision of such an extension at ANHSFT with a fixed anticipated outlay of GBP1.65 million inclusive of VAT and all related costs in a turn-key solution. Further information is set out in the Invitation to Tender documentation.

Tenders and all supporting documentation for the Contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. ANHSFT is not liable for any costs, charges or expenses incurred by those expressing an interest in and/or tendering for this contract opportunity. ANHSFT reserves the right to terminate the procurement process (or part of it), to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous tender or any tender will not automatically be accepted.

Save in relation to the proposed Contract (Document 3), Bidders can access the ITT and related documents by following the steps below:

— If you are a registered user of Multiquote, to access this competition login to https://suppliers.multiquote.com and search for opportunity titled “Fully Managed Pathology Service”.

— If you are not a registered user of MultiQuote, visit https://suppliers.multiquote.com then register quoting the opportunity title “Fully Managed Pathology Services” as the reason for registration.

— If there are any queries on using Mutiquote, please contact MultiQuote on 0151 482 9230.

Bidders must note that, due to the requirement to protect certain intellectual property rights and confidentiality aspects of the Contract (Document 3), the Contract (Document 3) shall be immediately released to Bidders upon signature of a non disclosure agreement (Document 12) which is available for Bidders to download. It is a Bidders’ responsibility to ensure that it downloads the non-disclosure agreement (Document 12), prints it, signs and dates it and submits it to Graham.Beck@anhst.nhs.uk in adequate time to receive the Contract and submit its Tender within the stated timescale.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 24-03-2016

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



suppliers.multiquote.com


Liverpool


UK




https://suppliers.multiquote.com

II)

Address and contact points from which specifications and additional documentation may be obtained



suppliers.multiquote.com


Liverpool


UK




https://suppliers.multiquote.com

III)

Address and contact points to which Tenders/Requests to Participate must be sent



suppliers.multiquote.com


Liverpool


UK




https://suppliers.multiquote.com

Coding

Commodity categories

ID Title Parent category
38434500 Biochemical analysers Analysers
38434540 Biomedical equipment Analysers
38434520 Blood analysers Analysers
85111810 Blood analysis services Hospital services
38434550 Blood-cell counters Analysers
38434560 Chemistry analyser Analysers
38434570 Haematology analysers Analysers
38434580 Immunoassay analysers Analysers
51430000 Installation services of laboratory equipment Installation services of medical and surgical equipment
71900000 Laboratory services Architectural, construction, engineering and inspection services
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment
85148000 Medical analysis services Miscellaneous health services
48180000 Medical software package Industry specific software package
85111800 Pathology services Hospital services
48000000 Software package and information systems Computer and Related Services
80531200 Technical training services Industrial and technical training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Graham.Beck@anhst.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.