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

Laboratory Information Management System (LIMS)

  • First published: 17 November 2020
  • Last modified: 17 November 2020

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)

Contents

Summary

OCID:
Published by:
The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)
Authority ID:
AA77631
Publication date:
17 November 2020
Deadline date:
14 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The framework agreement by NSS will provide LIMS services to the specification of a consortium of 11 NHS Health Boards and will provide a window of 5 years for all NHS Health Boards to replace their current LIMS services.

It is the intention of each NHS Health Board to enter into a ten-year call off contracts (plus 2 x 36 month extension options) pursuant to which LIMS and related services will be delivered.

The contract will deliver services to entities constituted pursuant to the National Health Service (Scotland) Act 1978 as amended, Integration Joint Boards established pursuant to the Public Bodies (Joint Working)(Scotland) Act 2014 and any local authorities established pursuant to the Local Government, etc. (Scotland) Act 1994.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) (‘NSS’)

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

UK

Contact person: George Futcher

Telephone: +44 1312757041

E-mail: george.futcher@nhs.scot

NUTS: UKM

Internet address(es)

Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk/


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 (LIMS)

Reference number: NP5091/20

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

NHS National Services Scotland is establishing a single supplier framework on behalf of all NHS Health Boards in Scotland for the replacement of their Laboratory Information Management Systems (LIMS). The implementation of a common, modern LIMS is required to help realise the aims of NHS Scotland’s digital strategies and also to be a key enabler for the National Laboratories Programme to deliver NHS Scotland’s strategic aim for clinical laboratory services in the form of a Distributed Service Model (DSM).

The intention is that the new LIMS will meet the requirements of all core laboratory disciplines (Blood Sciences including Blood Transfusion, Cellular Pathology, and Microbiology) including Genetics.

This procurement facilitates the programme in delivering standardisation of processes, workflow and coding, to enable multidisciplinary multi board team working, to facilitate accurate, quicker, easier and timely sharing of laboratory data across Scotland, and to ensure that no matter where health care is delivered in Scotland, patients will have equitable access to efficient, effective, sustainable and affordable laboratory services.

The services will include the software, development, implementation, training, support and maintenance of the software. It may also include the hosting of the system and software.

II.1.5) Estimated total value

Value excluding VAT: 216 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72500000

72200000

72212180

72250000

72260000

72261000

72262000

72263000

48180000

48814000

48814400

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Scotland.

II.2.4) Description of the procurement

The framework agreement by NSS will provide LIMS services to the specification of a consortium of 11 NHS Health Boards and will provide a window of 5 years for all NHS Health Boards to replace their current LIMS services.

It is the intention of each NHS Health Board to enter into a ten-year call off contracts (plus 2 x 36 month extension options) pursuant to which LIMS and related services will be delivered.

The contract will deliver services to entities constituted pursuant to the National Health Service (Scotland) Act 1978 as amended, Integration Joint Boards established pursuant to the Public Bodies (Joint Working)(Scotland) Act 2014 and any local authorities established pursuant to the Local Government, etc. (Scotland) Act 1994.

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: 216 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

Objective criteria for choosing the limited number of candidates:

As stated in the ESPD and additional documents.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

A genetics system may be provided under this framework agreement. Hosting of the services may be provided under individual call-off contracts.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Economic operators may be excluded from this competition if they are in breach of any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

Suppliers are required to provide statement of accounts or extracts relating to their business for the previous 3 years.

Where any are risks identified by the authority as part of the due diligence carried out on the above information the authority may require bidders to provide additional information to demonstrate financial standing. Additional information can include but not be limited to:

— parent company accounts (if applicable);

— deeds of guarantee;

— bankers statements and references;

— accountants’ references;

— management accounts;

— financial projections, including cash flow forecasts;

— details and evidence of previous contracts, including contract values;

— capital availability.

Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement.

ESPD Q.4B

Minimum level(s) of standards required:

Suppliers must demonstrate the following financial capacity over the last 2 years:

The turnover of the economic operator in respect of its most recent two full financial years must have been equal to or more than GBP 2 500 000 per annum.

Turnover in the business area covered by the contract GBP 2 500 000 per annum.

ESPD 4B.5

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (compulsory) liability insurance = GBP 5 million;

Public liability insurance = GBP 10 million;

Professional indemnity insurance = GBP 5 million;

Product liability insurance = GBP 10 million;

Product liability insurance in not less than the sum of GBP 1 million in respect of any one incident.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

Bidders must demonstrate that they have a sufficient and appropriate general and relevant experience to perform the services and the extent of experience necessary to deliver the range of the managed services all as described in this contract notice and additional documents.

In response to the ESPD, Part IV, Section C (Technical and Professional Ability) question 4C.1.2 Bidders should provide:

4C.1.2 Please provide details of up to three relevant examples of services carried out during the last 3 years as specified in the contract notice.

Weighing 60 % as per scoring model in document attached to this notice.

4.C.2 Bidders will be required to confirm details of the technicians or technical bodies and certifications for example, ISO 9001, ISO 27001, ISO 13485, etc. or equivalents, who they can call upon, especially those responsible for quality control and security standards. Weighting 30 % as per scoring model in document attached to this notice.

4.C.6 Professional qualifications or certifications held by the service provider or the contractor itself: ITIL qualifications or equivalent and other professional qualifications relevant to the services outlined in the contract notice.

Weighing 10 % as per scoring model in document attached to this notice.

4C.8.1 Bidders will be required to confirm their average annual manpower for the last 3 years.

Minimum level(s) of standards required:

4C.2 Minimum Standard: an appropriate Quality Management System (QMS). Please state if the QMS is ISO 13485 certified.

Bidders are expected to demonstrate that they have an EU 2017/745 Medical Device Regulations (Article 10(9)) compliant quality management system in place, or are committed to establishing one by March 2021. Failure to demonstrate this minimum standard will exclude bidders from the procurement.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Competitive procedure with negotiation

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with a single operator.

Justification for any framework agreement duration exceeding 4 years: Five years may be required to migrate all services from current contracts, some of which will not expire until later in the term. Consideration has also been given to the level of impact that implementing a new LIMS would have on clinical services and the potential disruption to service. Also due to potential scale and scope of implementations across NHS Boards that provide laboratory services.

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.1.5) Information about negotiation

The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations

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:

2019/S 073-172806

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 14/12/2020

Local time: 12:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 05/01/2021

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: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

VI.3) Additional information

The estimated values referred to in section II.1.5) and II.2.6) covers the 10 year contract duration and the two 36-month extension periods of potential contracts, if all NHS Health Boards call contracts off the framework agreement.

The contracting authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Not applicable

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The Public Sector in Scotland is committed to the delivery of high quality public services, and recognises that this is critically dependent on a workforce that is well-rewarded, well-motivated, well-led, has access to appropriate opportunities for training and skills development,diverse and engaged in decision making. These factors are also important for workforce recruitment and retention, and thus continuity of service.

Public Bodies in Scotland are adopting fair work practices, which include:

— a fair and equal pay policy that includes a commitment to supporting the living wage, including, for example being a living wage accredited employer;

— clear managerial responsibility to nurture talent and help individuals fulfil their potential, including for example, a strong commitment to modern apprenticeships and the development of Scotland's young workforce;

— promoting equality of opportunity and developing a workforce which reflects the population of Scotland in terms of characteristics such as age, gender, religion or belief, race, sexual orientation and disability;

— support for learning and development;

— stability of employment and hours of work, and avoiding exploitative employment practices, including for example no inappropriate use of zero-hours contracts;

— flexible working (including for example practices such as flexi-time and career breaks) and support for family friendly working and wider work life balance;

— support progressive workforce engagement, for example Trade Union recognition and representation where possible, otherwise alternative arrangements to give staff an effective voice.

In order to ensure the highest standards of service quality in this contract we expect contractors to take a similarly positive approach to fair work practices as part of a fair and equitable employment and reward package.

Please describe how you will commit to fair work practices for workers (including any agency or subcontractor workers) engaged in the delivery of this contract.

Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=634556

The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:634556)

VI.4) Procedures for review

VI.4.1) Review body

Sherriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

UK

Telephone: +44 1312252525

E-mail: edinburgh@scotcourts.gov.uk

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: an economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice

12/11/2020

Coding

Commodity categories

ID Title Parent category
48814400 Clinical information system Medical information systems
72500000 Computer-related services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48814000 Medical information systems Information systems
72212180 Medical software development services Programming services of application software
48180000 Medical software package Industry specific software package
72262000 Software development services Software-related services
72263000 Software implementation services Software-related services
72200000 Software programming and consultancy services IT services: consulting, software development, Internet and support
72261000 Software support services Software-related services
72260000 Software-related services Software programming and consultancy services
72250000 System and support services Software programming and consultancy 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:
george.futcher@nhs.scot
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.