Published date: 13 April 2022
Last edited date: 13 April 2022
This notice was replaced on 13 September 2022
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 13 September 2022)
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.
Contract summary
Industry
Health and social work services - 85000000
Hospital and related services - 85110000
Pathology services - 85111800
Blood analysis services - 85111810
Bacteriological analysis services - 85111820
Hospital support services - 85112000
Outpatient care services - 85112200
Medical practice and related services - 85120000
Medical specialist services - 85121200
Location of contract
North East, North West, Yorkshire and the Humber, East Midlands, West Midlands, East of England, London, South East, South West
Value of contract
£145,500
Procurement reference
tender_300503/1060882
Published date
13 April 2022
Closing date
18 May 2022
Closing time
5pm
Contract start date
1 July 2022
Contract end date
30 June 2025
Contract type
Service contract
Procedure type
Open procedure (below threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements below the relevant contract value threshold.
Contract is suitable for SMEs?
No
Contract is suitable for VCSEs?
No
Description
This Contract is classified at Official Sensitive (OS) under Public Contract Regulations (PCR) 2015
Estimated contract value: £145,000
1. Background
1.1. The requirement will be issued by Defence Medical Services (DMS).
1.2. This is for the provision of a coherent specimen referral and assay service to support all permanent Authority overseas locations and deployed units.
2. Requirement Overview
2.1. The Contractor will be responsible for producing an electronic Laboratory Handbook to list all tests available in-house, with sample requirements, pre-analytical requirements, and estimated turnaround time (TAT) coherent with the RCPath guidelines.
2.2. Sample testing include, but are not limited to, Bio, Micro, Histo, Haem and Cyto.
2.3. The average number of tests over a 12-month period is 3000, however due to the unpredictability of the referral service, usage may decline or increase during the lifetime of the contract.
2.4. It is the responsibility of the Authority to organise and coordinate shipment of all samples specimens
2.5. The Contractor will be expected to provide a 24 hour, 365/year sample collection/processing service and email or telephone contact for monitoring transportation of samples.
2.6. A 24-hour telephone service from a pathologist/clinical scientist/biomedical scientist will also be necessary for providing the Authority with technical advice on haematology, clinical chemistry, microbiology, and cellular pathology results/issues.
2.7 A fast and secure method that conforms to the General Data Protection Regulations must be executed for delivering results to the Authority and agreed failsafe measures shall be implemented to ensure DMS patient safety and compliance with national service standards.
More information
Links
-
- https://contracts.mod.uk/go/1443871601801D856B00
- Link to Defence Sourcing Portal
-
- https://contracts.mod.uk/go/1443871601801D856B00
- Link to Defence Sourcing Portal
Additional text
-
A link to the Invitation to Tender on Defence Sourcing Portal:
A link to the Invitation to Tender on Defence Sourcing Portal:
About the buyer
Contact name
Megan Cook
Address
Defence Medical Services (DMS), Whittington, Coltman House
Lichfield
WS14 9PY
England
Share this notice