Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 28th Mar 2024
Reference | ocds-h6vhtk-040721 |
Common Procurement Vocabulary | Laboratory services |
Procurement Method | Competitive procedure with negotiation |
Value | £160,000,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 28th Mar 2024
Reference | ocds-h6vhtk-040721 |
Common Procurement Vocabulary | Laboratory services |
Procurement Method | Competitive procedure with negotiation |
Value | £160,000,000 |
Section I: Contracting authority
I.1) Name and addresses
NHS Lanarkshire
NHS Lanarkshire Headquarters, Kirklands, Fallside Road
Bothwell
G71 8BB
tenders [at] lanarkshire.scot.nhs.uk
Telephone
+44 7976930578
Country
United Kingdom
NUTS code
UKM8 - West Central Scotland
Internet address(es)
Main address
http://www.nhslanarkshire.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00297
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.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
Provision of a Laboratories Managed Service
Reference number
NHSL78-24
II.1.2) Main CPV code
- 71900000 - Laboratory services
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Lanarkshire seeks to appoint a Managed Service Provider for the provision of a managed service to the laboratory services across NHS Lanarkshire incorporating four principle disciplines:
1. Biochemistry;
2. Cellular Pathology;
3. Haematology;
4. Microbiology.
The requirement includes integrated IT solutions, major analysers, equipment, reagents and consumables to deliver the test repertoire for all laboratory disciplines. Bidders must be able to provide all aspects of the managed services. Including the provision of third-party instruments and/or services by subcontractors.
The Boards laboratory services are provided from three acute hospital sites within the geographical area of Lanarkshire:
1. University Hospital Hairmyres (UHH)
2. University Hospital Monklands (UHM)
3. University Hospital Wishaw (UHW)
The objective of this Contract Notice is to invite potential managed service providers to respond to this opportunity to provide qualification information.
II.1.5) Estimated total value
Value excluding VAT: £160,000,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 71900000 - Laboratory services
II.2.3) Place of performance
NUTS codes
- UKM8 - West Central Scotland
II.2.4) Description of the procurement
NHS Lanarkshire is seeking to appoint a Managed Service Provider for the provision of a managed service to the laboratory services across NHS Lanarkshire. This procurement will result in the appointment of a sole Managed Service Provider through a 2 stage tender process utilising the Competitive Procedure with Negotiation. Bidders responses to this Contract Notice will be evaluated against the Pre-Qualification criteria stated within the accompanying procurement documents and SPD. It is anticipated that a minimum of 3 bidders will be invited to the Stage 2- Invitation to Tender. The Board may choose to enter into negotiation after the submission of initial tenders or award a contract on the basis of an initial tender received without negotiation. Where negotiation takes place, at the end of the negotiations bidders will be invited to submit a best and final offer. After evaluation, one bidder will be awarded to the contract. Further details are included in the procurement documents accompanying this Contract Notice.
II.2.5) Award criteria
Quality criterion - Name: Quality/Technical / Weighting: 50
Price - Weighting: 50
II.2.6) Estimated value
Value excluding VAT: £160,000,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The contract may be extended beyond the initial term for a total duration not exceeding 20 years (excluding any exit provisions within the contract).
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:
This procedure will be conducted via the Public Contracts Scotland-Tender (PCS-T) Portal. All queries must be made via the PCS-T messaging system. For further instructions, please refer to the corresponding documents attached to this project in PCS-T.
The Board will apply a two stage process:
Stage 1 - Pre-Qualification via the SPD(Scotland). Bidders will be evaluated based on their response to the SPD comprising of exclusion grounds and selection criteria.
The exclusion criteria within the SPD will be used to determine if there are any circumstances under which a bidder must be excluded from the procurement process or circumstances on which the Board may determine that a bidder should be excluded.
The selection criteria will be used to determine the suitability of the bidder to perform the contract. Bidder responses to the selection criteria contained within the SPD will be scored on a pass/fail basis with the scoring methodology outlined in the accompanying Procurement Information Document.
Bidders who achieve a score of 'fail' for their response to any of the selection criteria will be excluded from the tender process at the pre-qualification stage. All bidders who achieve a score of 'pass' for all selection criteria will be invited to Stage 2.
Stage 2 - Invitation to Tender (ITT) will be dispatched to bidders who were successful in Stage 1.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
Throughout the contract term, additional purchases may be made as a result of innovation or changes in the services.
II.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information
The estimated value provided within this contract notice and accompanying documents does not include costs relating to indexation or exit provisions relating to continuity of service at the end of the initial contract term or any subsequent extensions.
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
Please refer to procurement documents
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
III.2.2) Contract performance conditions
Contract conditions will be provided in Stage 2 - Invitation to Tender
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
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 the 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: 2023/S 000-028979
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
7 May 2024
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
14 June 2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
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: Yes
Estimated timing for further notices to be published: The Board may choose to procure for the provision of these services at the end of the initial term or subsequent extensions.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
In the event that the procurement process is not concluded by 1st April 2025, bidders will be asked to extend the validity of their response.
It is expected that the Managed Service Provider will take a positive approach to Fair Work practices, more information is provided within the accompanying documents uploaded with this Contract Notice.
Economic operators are advised of the possibility that additional services may be awarded pursuant to and in accordance with Regulation 33(8).
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 26423. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Details of community benefits clauses will be provided in Stage 2- Invitation to Tender
(SC Ref:760970)
VI.4) Procedures for review
VI.4.1) Review body
Hamilton Sheriff Court
Hamilton
Country
United Kingdom