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

Collaborative Pathology Managed Service Contract on behalf of Calderdale and Huddersfield NHS Foundation Trust, Leeds Teaching Hospitals NHS Trust and Mid Yorkshire NHS Trust

  • First published: 22 September 2021
  • Last modified: 22 September 2021

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:
Leeds Teaching Hospitals NHS Trust (on behalf of The Collaborative-see below)
Authority ID:
AA81269
Publication date:
22 September 2021
Deadline date:
20 October 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Blood Sciences, Specialist Testing, Microbiology, Automation and Programme Management

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Leeds Teaching Hospitals NHS Trust (on behalf of The Collaborative-see below)

Supplies Dept, St James Hospial, Trust HQ, Beckett St

Leeds

LS9 7TF

UK

Contact person: Mr John Smith

E-mail: j.smith115@nhs.net

NUTS: UK

Internet address(es)

Main address: http://www.leedsteachinghospitals.com/

Address of the buyer profile: http://www.leedsteachinghospitals.com/

I.1) Name and addresses

Mid Yorkshire Hospitals NHS Trust

Wakefield

UK

E-mail: j.smith115@nhs.net

NUTS: UK

Internet address(es)

Main address: www.midyorks.nhs.uk

I.1) Name and addresses

Calderdale and Huddersfield NHS Foundation Trust

Huddersfield

UK

E-mail: j.smith115@nhs.net

NUTS: UK

Internet address(es)

Main address: www.cht.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://procontract.due-north.com/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/Login


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

Collaborative Pathology Managed Service Contract on behalf of Calderdale and Huddersfield NHS Foundation Trust, Leeds Teaching Hospitals NHS Trust and Mid Yorkshire NHS Trust

Reference number: DN501953

II.1.2) Main CPV code

85111800

 

II.1.3) Type of contract

Services

II.1.4) Short description

Calderdale and Huddersfield NHS Foundation Trust (CHFT), Leeds Teaching Hospitals NHS Trust (LTHT) and The Mid Yorkshire Hospitals NHS Trust (MYHT) (The “Collaborative”) are undertaking a competitive dialogue procurement exercise to select a managed service provider to supply The Collaborative’s Pan Pathology Managed Service (lot 1) and Cellular Pathology (lot 2). The provider for lot 2 may be the same provider or a different provider.

The procurement exercise is intended to result in a managed service which provides a flexible, quality and patient focused innovative service in line with best practice ensuring The Collaborative meets the needs of its patients.

The Collaborative wants to partner with a managed service provider to:

• underpin the ambition of The Collaborative as an exemplar Pathology Service now and in the future

• keep pace and evolve with the rapidly changing dynamics of delivering Pathology Services

The procurement exercise is intended to find a provider who will:

• Provide a state-of-the-art solution which can support the requirements today and in the future ensuring there is flexibility to adopt innovative solutions during the term of the contract;

• Provide a solution that meets the quality and speed of testing required by our patients and clinicians and which meets local and national turnaround times;

• Deploy and expand Point of Care testing in hospitals and primary care and self-testing at home;

• Facilitate cross site working and consistent processes to allow flexibility across The Collaborative;

• Support the transformational plans across the trusts, offering the flexibility of solution to support any consolidation of testing between laboratories;

• Work with a provider of Cellular pathology (lot 2) (which may be the same provider or a different provider).

The intended outcome of the procurement exercise is to contract with a provider who agrees to the contract evolving during its life. This will require on-going assessment, implementation of innovative changes and collaborative working with the provider and potential sub-contractors over the life of the contract. The way the service looks at the end of the contract will likely be very different to the initial implementation. Further details as to the contract structure for lot 1 and 2, as well as potential future services are set out in the Descriptive Document.

II.1.5) Estimated total value

Value excluding VAT: 475 000 000.00  GBP

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.2.1) Title

Lot 1 Blood Sciences, Specialist Testing, Microbiology, Automation and Programme Management

II.2.2) Additional CPV code(s)

85111800

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Blood Sciences, Specialist Testing, Microbiology, Automation and Programme Management

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: 427 000 000.00  GBP

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

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

As set out in the Selection Questionnaire

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

Lot No: 2

II.2.1) Title

Cellular Pathology

II.2.2) Additional CPV code(s)

85111800

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Cellular Pathology

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: 48 000 000.00  GBP

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

Envisaged number of candidates: 5

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

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 193-467869

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

Date: 20/10/2021

Local time: 12:00

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.4) Procedures for review

VI.4.1) Review body

High Court - As per Public Contract Regulations 2015

London

UK

VI.5) Date of dispatch of this notice

21/09/2021

Coding

Commodity categories

ID Title Parent category
85111800 Pathology services Hospital 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:
j.smith115@nhs.net
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.