Construction Tenders

Sat April 27 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 28th Mar 2024

Tender Details
Referenceocds-h6vhtk-040721
Common Procurement VocabularyLaboratory services
Procurement MethodCompetitive procedure with negotiation
Value£160,000,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 28th Mar 2024

Tender Details
Referenceocds-h6vhtk-040721
Common Procurement VocabularyLaboratory services
Procurement MethodCompetitive 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

Email

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