Stotles logo
Closed

Managed Pathology / Equipment Service

Published

Description

Chelsea & Westminster NHS FT (CW) is seeking a managed equipment service (MES) that will provide, as a minimum, the necessary equipment, materials, servicing and maintenance as well as software to allow CW to process approximately 455,000 Chlamydia trachomatis and Neisseria gonorrhoeae (CT/NG) PCR tests per annum, across four sites. The Trust is seeking a solution that will provide the best balance of performance (in terms of turnaround time), quality, reliability, ease of use, space utilisation and cost efficiency. Consequently, suppliers can propose single or multi-site solutions but must take account of the full requirements when submitting their proposals. Lifecycle Management Group has been appointed to support CW with this exercise. Lot 1: CW is seeking to purchase a managed equipment service (MES) that will provide, as a minimum, the necessary equipment, materials, servicing and maintenance as well as software to allow CW to process approximately 455,000 CT/NG PCR tests per annum, across four sites. The Trust is seeking a solution that will provide the best balance of performance (in terms of turnaround time), quality, reliability, ease of use, space utilisation and cost efficiency. Consequently, suppliers can propose single or multi-site solutions but must take account of the following and the full requirements when submitting their proposals: 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 sites across Central London. If the proposal is for some of these sites to be serviced through a centralised testing model, with samples being transported between sites, this will be reflected in the financial proposal. However, CW will be responsible for providing inter-site transport and this will not form part of the scope of the MES. The time to transport samples between sites will not count towards the target TAT as stated above. Suppliers should, however, allow for peak hourly demand, including the transport delay, when determining capacity requirements. 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, 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 - 56 Dean Street Clinic - West Middlesex University Hospital Sexual Health Clinic

Timeline

Publish date

2 years ago

Close date

2 years ago

Buyer information

Chelsea & Westminster Hospital NHS Foundation Trust

Contact:
Ishtiaq Ahad
Email:
chelwestctng@Lifecycle.co.uk

Explore contracts and tenders relating to Chelsea & Westminster Hospital NHS Foundation Trust

Go to buyer profile

Related topics

To save this opportunity, sign up to Stotles for free.
Save in app
  • Looking glass on top of a file iconTender tracking

    Access a feed of government opportunities tailored to you, in one view. Receive email alerts and integrate with your CRM to stay up-to-date.

  • ID card iconProactive prospecting

    Get ahead of competitors by reaching out to key decision-makers within buying organisations directly.

  • Open folder icon360° account briefings

    Create in-depth briefings on buyer organisations based on their historical & upcoming procurement activity.

  • Teamwork iconCollaboration tools

    Streamline sales workflows with team collaboration and communication features, and integrate with your favourite sales tools.

Stop chasing tenders, start getting ahead.

Create your free feed

Explore similar tenders and contracts

Browse open tenders, recent contract awards and upcoming contract expiries that match similar CPV codes.

Explore other contracts published by Chelsea & Westminster Hospital NHS Foundation Trust

Explore more open tenders, recent contract awards and upcoming contract expiries published by Chelsea & Westminster Hospital NHS Foundation Trust.

Explore more suppliers to Chelsea & Westminster Hospital NHS Foundation Trust

Sign up