Published date: 17 December 2018

Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.


Closing: 18 January 2019

Contract summary

Industry

  • Pathology services - 85111800

Location of contract

London

Value of contract

£304,200,000 to £305,000,000

Procurement reference

20181217123045-39

Published date

17 December 2018

Closing date

18 January 2019

Contract start date

1 May 2019

Contract end date

30 April 2029

Contract type

Service contract

Procedure type

Competitive dialog

Contract is suitable for SMEs?

Yes

Contract is suitable for VCSEs?

Yes


Description

Interested Providers, intending to participate in the procurement process are now invited to register their interestand access the procurement documents (SQ, Draft Service Specification, Bidder Instructions etc.) via theelectronic procurement portal EU-Supply available at https://nhssbs.eu-supply.com.
REGISTRATION ON THE EU-SUPPLY SITE IS COMPLETELY FREE OF CHARGE.
Once you have logged into the EU-Supply Portal,SEARCH FOR TENDER REFERENCE "Pathology Services"
**The DEADLINE for submissions of SQ responses, which must be submitted through the EU-Supply Portal, is12 noon on 18th January 2019**
If you need technical support on the EU-Supply Portal,please contact the EU-Supply Helpdesk on 08008402050 or support@eu-supply.com
NHS Brent CCG, NHS Harrow CCG and London North West University Healthcare NHS Trust (LNWUHT),hereafter referred to as the "Partner Organisations", have a requirement to re-procure Pathology Services. .
The Partner Organisations require a turnkey solution including, but not limited to, the provision of:
• Provision of a wide range of tests appropriate to primary care and secondary care within agreed turnaround times.
• Provision and maintenance of equipment and estate optimised for high volume centralised and low volume local acute testing.
3 / 5
• Consumables i.e. blood tubes, and associated packaging etc. for GP practices must be supplied when ordered.
• UKAS accreditation (or any replacement accreditation system) across all services provided.
• Transport of samples from requesting locations to testing locations including GP practices and lab to lab, maintaining sample integrity and validity of results throughout the journey.
• Quality reporting format together with appropriate governance processes for the management of breaches and incidents.
• Ability to link in with the NWL Sector ICE system for ordering and reporting tests.
• Differential pricing structures for Acute Trust and CCGs.
• Support and implement demand management initiatives as required.
The Partner Organisations have set no constraints regarding how the new service should be delivered e.g. on-site or off-site, point of care or laboratory based, or combinations of these, as long as the specified service standards are met.
The Contract to be offered to the successful Bidder at the end of this Procurement will be for a duration of ten (10) years, which is intended to run from 1st May 2019 or as soon as possible thereafter, with the possibility of two (2) further extensions, the first extension being up to a further two (2) years and the second extension being up to a further one (1) year.


About the buyer

Contact name

Michael Culshaw

Address

Halyard Court, Chandlers Point, 31 Broadway
Salford
M50 2UW
ENG

Telephone

+44 07805030157

Email

m.culshaw@nhs.net