Pathology Send Out Tests Contract
Barking, Havering and Redbridge University Hospitals Trust (BHRUT) are seeking services for the Pathology Department for the provision of send out tests within the specialities of Clinical Biochemistry, Haematology, Immunology and Cytogenetics.
United Kingdom-Romford: Pathology services
2014/S 195-344884
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Barking, Havering and Redbridge University Hospitals NHS Trust
Procurement, Queens Hospitals, Rom Valley Way
For the attention of: Mrs Pravina Hindocha
RM7 0AG Romford
UNITED KINGDOM
Telephone: +44 1708435143
E-mail: pravina.hindocha@bhrhospitals.nhs.uk
Further information can be obtained from: Pathology Send Out Tests
For further information around this contract and to register an interest, please visit our LPP eSourcing Portal: www.lppsourcing.org to view the advert. If your organisation does not already have an account on the portal, please select ‘Register Free’ and complete the company information to request a user name and password. On receipt of your account details, you may search for this opportunity by keyword or organisation and select ‘Register Interest’
Internet address: www.lppsourcing.org
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Pathology Send Out Tests
For further information around this contract and to register an interest, please visit our LPP eSourcing Portal: www.lppsourcing.org to view the advert. If your organisation does not already have an account on the portal, please select ‘Register Free’ and complete the company information to request a user name and password. On receipt of your account details, you may search for this opportunity by keyword or organisation and select ‘Register Interest’
Internet address: www.lppsourcing.org
Tenders or requests to participate must be sent to: Pathology Send Out Tests
For further information around this contract and to register an interest, please visit our LPP eSourcing Portal: www.lppsourcing.org to view the advert. If your organisation does not already have an account on the portal, please select ‘Register Free’ and complete the company information to request a user name and password. On receipt of your account details, you may search for this opportunity by keyword or organisation and select ‘Register Interest’
Internet address: www.lppsourcing.org
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 25: Health and social services
NUTS code UKI2
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
85111800
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Information about lots
Lot No: 1Lot title: Crytogenetics
1)Short description
Approximate No. of tests per annum — 248.
2)Common procurement vocabulary (CPV)
85111800
Lot No: 2Lot title: Clinical Biochemistry
1)Short description
Approximate no. of tests per annum — 4606.
2)Common procurement vocabulary (CPV)
85111800
Lot No: 3Lot title: Haematology
1)Short description
Approximate no. of tests per annum — 459.
2)Common procurement vocabulary (CPV)
85111800
Lot No: 4Lot title: Immunology
1)Short description
Approximate no.of tests per annum — 6338.
2)Common procurement vocabulary (CPV)
85111800
Lot No: 5Lot title: Bid for all Lots (Lots 1 -4)
1)Short description
Approximate 11 600 tests per annum.
2)Common procurement vocabulary (CPV)
85111800
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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 compulsory winding up the 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 judgement 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 contract 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 organization, 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 May 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 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Successful bidders must demonstrate compliance with and substantive experience of NHS Pathology testing.
III.2.2)Economic and financial ability
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Successful bidders must demonstrate substantive, financial capacity and track record to mitigate risk.
III.2.3)Technical capacity
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Successful bidders must demonstrate substantive, technical capacity and track record to mitigate risk.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information
For further information around this contract and to register an interest, please visit our LPP eSourcing Portal: www.lppsourcing.org to view the advert. If your organisation does not already have an account on the portal, please select ‘Register Free’ and complete the company information to request a user name and password. On receipt of your account details, you may search for this opportunity by keyword or organisation and select ‘Register Interest’.
VI.5)Date of dispatch of this notice: