Managed Equipment Service for Sexual Health Testing

A Prior Information Notice
by CHELSEA AND WESTMINSTER HOSPITAL NHS FOUNDATION TRUST

Source
Find a Tender
Type
Contract (Services)
Duration
9.5 year
Value
15M
Sector
HEALTH
Published
20 May 2024
Delivery
01 Jan 2025 to 27 May 2034
Deadline
14 Jun 2024 14:30

Concepts

Location

56 Dean Street, 10 Hammersmith Broadway, Sexual Health Hounslow (Twickenham House) and John Hunter Clinic

Geochart for 2 buyers and 0 suppliers

Description

Chelsea & Westminster NHS FT (CWFT) is seeking a managed service partner in the implementation of near-patient Chlamydia Trachomatis and Neisseria Gonorrhoeae (CT/NG) PCR testing and/or upgrading of existing CT/NG systems at their sexual health screening locations in Central/North-West London, to process approximately 260,000 CT/NG PCR tests per annum.

Total Quantity or Scope

Akin to Restricted procedure under the Light touch Regime

Renewal Options

Chelsea & Westminster is seeking a comprehensive long-term solution for CT/NG PCR testing services over a period of ten (10) years with the option for equipment refresh after five (5) years. Optional extension for an additional five (5) years may be discussed.

Award Criteria

Commercial 20.0

CPV Codes

  • 85323000 - Community health services

Indicators

  • Bids should cover the whole contract.
  • Renewals are available.
  • Award on basis of price and quality.

Other Information

The objective will be to have one supplier that can provide the most cost-effective solutions for each of CWFT’s four sexual health clinics, whilst being able to process the volumes required, and complying with the pre-requisites as defined in this document. To ensure one complete service solution, Suppliers might have to make use of third-party suppliers for tests, hardware and/or software that cannot be provided in-house. However, support for all hardware, software and materials will rest with the Supplier and CW will not enter any contracts with any third-party supplier.By consolidating the CW sexual health CT/NG testing services across the four sites with a single supplier, CW is seeking to provide a more cost-effective and joined up testing service, while maintaining and exceeding the current levels of service and quality, in order to provide a first-class service to their clients.The target Turnaround Time (TAT) is for tests to be predictable, measured as 80% within target time, turnaround time. It can be assumed that this time excludes receipt and registration but must include all sample tracking, preparation, batching, equipment run-time, validation and result transmission via the agreed interface to the clinic management system. The TAT target should allow for any breakdowns as well as planned and unplanned service costs. There must be sufficient redundancy in the system to accommodate this.Suppliers must specify the workforce that will be required to safely operate the proposed system. This will factor into the financial evaluation and, will also be a consideration when setting the KPIs. Staff activities that should be allowed for must include all throughput and non-throughput related activities directly related to testing, including sample processing, materials management, equipment operation and maintenance, quality control activities and waste management. For costing purposes, supplier should specify FTEs to staff any proposed testing site, as per the operating hours outlined in the tender documentation. The requirement is for testing to be available at any of the four main sites across Central London with transport of samples from community clinics to one of the four main clinic sites.Suppliers should clearly state the total installed capacity that is available and the percentage of this capacity that will be available in case of critical failures of at least one instrument.The Trust has a strong preference for work to be performed within the confines of the clinic and no space has been allocated for laboratory testing operations outside of the current clinic footprint. The available space per site is set in the tender documentation and should there be a need to expand beyond this space, or any further enabling works, this will be accounted for in the financial evaluation. The four sites in scope are: - 10 Hammersmith Broadway Clinic- John Hunter Clinic for Sexual Health- 34 Dean Street - Sexual Health Hounslow

Reference

Domains