Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Royal Marsden NHS Foundation Trust
London
UK
E-mail: Tenders@chelwest.nhs.uk
NUTS: UKI
Internet address(es)
Main address: www.royalmarsden.nhs.uk
Address of the buyer profile: www.royalmarsden.nhs.uk
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.lppsourcing.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.lppsourcing.org
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 IHC/ISH for Royal Marsden Hospital Chelsea and Sutton Sites
Reference number: DN497229
II.1.2) Main CPV code
85111800
II.1.3) Type of contract
Services
II.1.4) Short description
The Royal Marsden NHS Foundation Trust (RMH) is looking to refresh the immunohistochemistry (IHC) and in-situ hybridisation (ISH) provision for the department of cellular pathology at both the Sutton and Chelsea sites and to build greater capacity and resilience into the system enabling the department to cope with future workload increases, implement additional diagnostic tests, and provide enhanced turnaround times, whilst delivering a streamlined workflow, quality improvements and efficiency savings.
The cellular pathology department is a national referral centre for cancer diagnostics with expertise in soft tissue sarcomas, haematological (as part of the Trust Specialist Integrated Haematological Malignancies Diagnostic Service (SIHMDS)), Genito-urinary and gynaecological malignancies.
An analytical system is being sought which must not only be compact but offer a significant degree of automation and be capable of performing all tests with minimal operator input. The system will need to demonstrate optimal staining in line with requirements defined by our consultant pathologists; it should be noted that each site has specific requirements based on the work activity at those sites. The successful bidder(s) will have an excellent track record in field support and customer care.
Due to the differing and specific requirements of each site the Trust is prepared to award based on the best solution for each site. It should be noted that this may, or may not, require a different supplier at each site. The suppliers are invited to bid for either Chelsea, Sutton or both sites.
It is expected that the successful bidder will be at the forefront of technological development in the field and their system will be able to cope with the rising demand placed on laboratory services and, alleviate some of the pressures on staff within the laboratory whilst delivering a robust efficient cost effective service.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.2) Additional CPV code(s)
85111800
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
The overall aim of the project is to refresh the immunohistochemistry provision at the Chelsea and Sutton sites and to build greater capacity and resilience into the system. This should allow the laboratory to cope with future workload increases, implement additional diagnostic tests, and provide enhanced turnaround times, whilst delivering a streamlined workflow, quality improvements and efficiency savings.
The Trust is asking service providers to deliver a contract that will:
• install and maintain a comprehensive solution for the IHC and ISH service provision for the department of cellular pathology (Chelsea and Sutton site);
• provide all reagents and ancillary consumables at the required frequency to deliver the service described;
• provide the necessary IT connectivity to integrate the equipment into the laboratory information management system and enable laboratory management to analyse the data;
• provide other services, such as practical support for optimisation, initial validation and verification, training, contract management support, reagents and other consumables supply and value-added items such as service improvement;
• allow for new instrumentation, processes, reagents and software which may come online during the contract tender is divided into 2 lots. Bidders can bid for one lot only or for both lots all documents will be published on 5 October 2020.
II.2.5) Award criteria
Criteria below:
Cost criterion: Cost
/ Weighting: 40 %
Cost criterion: Quality
/ Weighting: 60 %
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
There is an option to extend for another 2 years (1 + 1).
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.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted 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:
03/11/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
30/09/2020