Contract notice

Information

Published

Date of dispatch of this notice: 10/08/2016

Expire date: 09/09/2016

External Reference: 2016-817770

TED Reference: 2016/S 156-282651

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Royal Devon and Exeter NHS Foundation Trust
1234
Barrack Road, Wonford
Exeter
EX2 5DW
UK
Contact person: Kathleen Dennis
Telephone: +44 1752439616
NUTS code:  UKK4 -  Devon
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

Access to the procurement documents is restricted. Further information can be obtained at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=16976&B=NHSSW
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Exeter Pathology Services
Reference number:  T16/0346
II.1.2)

Main CPV code

85111800  -  Pathology services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Pathology Services - Managed Laboratory Service for the Royal Devon and Exeter NHS Foundation Trust. For a full description of the service requirements please see the Memorandum of Information which is included as part of the documentation for this procurement process.
II.1.5)

Estimated total value

Value excluding VAT: 80000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  maximum number of lots: 4
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:  
Any number of lots could be awarded to any number of suppliers.
II.2)

Description

II.2.1)

Title

Exeter Pathology Services - Biochemistry/Serology/Immunoassay
Lot No:  1
II.2.2)

Additional CPV code(s)

33696500  -  Laboratory reagents
38000000  -  Laboratory, optical and precision equipments (excl. glasses)
50430000  -  Repair and maintenance services of precision equipment
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UKK4 -  Devon
Main site or place of performance:  
RDEfT
II.2.4)

Description of the procurement

Managed Service and
Biochemistry/Serology/Immunology Service.
Routine biochemistry testing and immunoassay,
(including endocrinology, serology, immunology
therapeutic drugs and drugs of abuse). To include
pre-analytical sample handling, centrifugation,
aliquoting and post-analytical sample handling. The
successful bidder will also be required to manage
the services provided to the Trust by the bidders
appointed in relation to Lots 2 - 4 inclusive.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 50000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 168
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
This contract will be for an initial term of 7 years with an option, exercisable at the absolute discretion of the Trust, to extend the contract on an annual basis (or more) for an additional 7 years.
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Exeter Pathology Services - Haematoloty
Lot No:  2
II.2.2)

Additional CPV code(s)

33696500  -  Laboratory reagents
38000000  -  Laboratory, optical and precision equipments (excl. glasses)
50430000  -  Repair and maintenance services of precision equipment
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UKK4 -  Devon
Main site or place of performance:  
RDEfT
II.2.4)

Description of the procurement

Haematology Services to product full blood counts
with full differential count and reticulocytes. There
will be a requirement for an advance data
management system which is capable if complex
auto validation and blood filming criteria. Post
analytical storage and retrieval automation would be
required. The successful bidder will enter into a
contract with the Trust but the services will be
managed by the successful bidder appointed in
relation to Lot 1
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 10000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 168
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
This contract will be for an initial term of 7 years with an option, exercisable at the absolute discretion of the Trust, to extend the contract on an annual basis (or more) for an additional 7 years.
II.2.12)

Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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)

Description

II.2.1)

Title

Exeter Pathology Services - Blood Transfusion Services
Lot No:  3
II.2.2)

Additional CPV code(s)

33696500  -  Laboratory reagents
38000000  -  Laboratory, optical and precision equipments (excl. glasses)
50430000  -  Repair and maintenance services of precision equipment
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UKK4 -  Devon
Main site or place of performance:  
RDEfT
II.2.4)

Description of the procurement

A solution must facilitate the automated blood
grouping and antibody screening of patient samples,
including antibody identification and compatibility
testing of donor sites. The successful bidder will
enter into a contract with the Trust but the services
will be managed by the successful bidder appointed
in relation to Lot 1.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 10000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 168
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
This contract will be for an initial term of 7 years with an option, exercisable at the absolute discretion of the Trust, to extend the contract on an annual basis (or more) for an additional 7 years.
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)

Description

II.2.1)

Title

Exeter Pathology Services - Coagulation
Lot No:  4
II.2.2)

Additional CPV code(s)

33696500  -  Laboratory reagents
38000000  -  Laboratory, optical and precision equipments (excl. glasses)
50430000  -  Repair and maintenance services of precision equipment
71900000  -  Laboratory services
II.2.3)

Place of performance

NUTS code:  UKK4 -  Devon
Main site or place of performance:  
RDEfT
II.2.4)

Description of the procurement

Coagulation Services includes routine coagulation,
special coagulation including investigation of
bleeding and thrombotic disorders and the
monitoring of NOACS. The successful bidder will
enter into a contract with the Trust but the services
will be managed by the successful bidder in relation
to Lot 1
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 10000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 168
This contract is subject to renewal: no
II.2.9)

Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5
II.2.10)

Information about variants

Variants will be accepted: yes
II.2.11)

Information about options

Options: yes
Description of options:
This contract will be for an initial term of 7 years with an option, exercisable at the absolute discretion of the Trust, to extend the contract on an annual basis (or more) for an additional 7 years.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

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:  List and brief description of conditions: Information and formalities necessary for evaluating if the requirements are met:
Any supplier may be disqualified who does not respond to the following in the requisite manner:
1) Suppliers are required to submit their tender response via the Trusts e-tendering portal - CTM - which is accessed at https://uk.eu-supply.com/login.asp - please make sure that you are registered to avoid any future delays.
2) Information and formalities necessary for evaluating if requirements are met:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of
Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
(l) The Trust reserves the right to enforce Regulation 57 of the PCR 2015 with regards to its rights to the discretionary exclusion of Bidders
Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.
In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the Trusts obligations on Transparency which are set out in more detail at www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.
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

Please refer to tender documents.

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Restricted procedure
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  09/09/2016
Local time:  17:00
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

Tender must be valid until:  31/08/2017

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Peninsula Purchasing & Supply Alliance
Bircham House, William Prance Road,
Plymouth
PL6 5WR
UK

VI.5)

Date of dispatch of this notice

12/08/2016