Pathology Services Tender London
The provision of Clinical Blood Sciences including Blood Transfusion, Microbiology, Virology, Cytology and Immunology.
United Kingdom-Stanmore: Pathology services
2016/S 101-180615
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Royal National Orthopaedic Hospital NHS Trust
Brockley Hill
For the attention of: Ms Nuntima Lloyd
HA7 4LP Stanmore
UNITED KINGDOM
Telephone: +44 2083853004
E-mail: nuntima.lloyd@rnoh.nhs.uk
Internet address(es):
General address of the contracting authority: http://www.rnoh.nhs.uk
Further information can be obtained from: Royal National Orthopaedic Hospital NHS Trust
Brockley Hill
For the attention of: Ms Nuntima Lloyd
HA7 4LP Stanmore
UNITED KINGDOM
Telephone: +44 2083853004
E-mail: nuntima.lloyd@rnoh.nhs.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Royal National Orthopaedic Hospital NHS Trust
Brockley Hill
For the attention of: Ms Nuntima Lloyd
HA7 4LP Stanmore
UNITED KINGDOM
Telephone: +44 2083853004
E-mail: nuntima.lloyd@rnoh.nhs.uk
Tenders or requests to participate must be sent to: Royal National Orthopaedic Hospital NHS Trust
Brockley Hill
For the attention of: Ms Nuntima Lloyd
HA7 4LP Stanmore
UNITED KINGDOM
Telephone: +44 2083853004
E-mail: nuntima.lloyd@rnoh.nhs.uk
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)
— The provision of Clinical Blood Sciences including Blood Transfusion, Microbiology, Virology, Cytology and Immunology;
— The provision of acute hospital pathology services to the Trust, including all required analysers, equipment, reagents and consumables;
— The planning, transition, implementation, operation and management arrangements, all designed to ensure that the potential provider establishes and provides appropriate high quality pathology services;
— The provision of an on-site pathology service for an agreed repertoire of tests;
— The provision of off-site and referral tests from their host laboratory;
— The provision and oversight of Point of Care Testing (PoCT) on the RNOH site;
— The integration/ interface for electronic requesting and reporting through the Hospitals Anglia ICE system.
A key aspect of the procurement will be to agree on the most advantageous commercial arrangements within which the Trust and the PP will deliver the required services.
It is envisaged that the contract will be awarded in October 2016. The contract duration will be for a core 5 years for acute pathology services, with the option for the Trust to extend the contract for a further 2 years, and potentially longer depending on performance, in yearly periods.
This notice is supported by full Pre-Qualification Questionnaire documentation and a Specification which sets out in more detail the requirements of the Trust. This documentation is available via https://www.lppsourcing.org
II.1.6)Common procurement vocabulary (CPV)
85111800, 48814000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.9)Information about variants
II.2.1)Total quantity or scope:
— Microbiology,
— Virology,
— Immunology,
— Cytology,
— Clinical Chemistry,
— Haematology including Coagulation,
— Blood Transfusion.
Estimated value excluding VAT:
Range: between 7 000 000 and 9 800 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 24 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
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 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 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 26.5.1972 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.
This will be evaluated via a Dun & Bradstreet financial assessment.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
As specified in the Pre-Qualification Questionnaire.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Based on PQQ response and PQQ evaluation Criteria.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on: https://www.lppsourcing.org You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. In order to register for a free account, please follow the link above and create an account for your organisation. Please, wherever possible, use a generic organisation group email address, rather than addresses of individual staff members, to avoid communications and notifications being missed. Only 1 account for each supplier should be created. If you have any queries, please contact Nuntima Lloyd Suppliers must read through this set of instructions and follow the process to respond to this opportunity. Please ensure you follow any instruction provided to you. The deadline for submitting your response(s) is 24.6.2016 (12:00). Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents. If you experience any technical difficulties please contact the Due North Help desk on call 0845 293 0459 (8:30 until 17:30, Monday to Friday except Bank Holidays) or email: support@due-north.com Expressions of Interest must be submitted through the Due North eTendering portal. RNOH NHS Trust must not be contacted directly in relation to this contract and will only address questions raised through the Due-North eTendering portal and will not reply to any such direct emails or telephone calls. The Due North reference for this opportunity is A6QE943L87. When required, pricing must be in Sterling and payments under the contract will be made in Sterling. The contract is expected to last for 60 months. The contract will be governed by English law. RNOH NHS Trust reserves the right to annul the tendering process and not award a contract. If and when this requirement is offered to tender, this may be done in whole or in part via electronic means using the Internet. The tender exercise will be coordinated through a procurement panel of representatives. Further information will be sent out in the tender documentation. Bidder clarifications, if applicable, will be held after receipt of the Invitation to Tender documents have been returned and suppliers must make themselves available for them. RNOH NHS Trust does not bind itself to accept the lowest offer or any offer either in part, each item for this purpose being treated as separately. RNOH NHS Trust cannot be held responsible for any costs incurred by offerors in relation to the preparation of their and any subsequent post offer clarifications. Suppliers must use the file reference PRO/102/2016 in all correspondence. Suppliers must follow the instructions fully. Suppliers must complete their PQQ document set before the deadline as set out in this notice. Suppliers must comply with all of the requests within this OJEU notice and subsequent tender requirements or they may not be considered. The procurement will be run in accordance with Section 7 of the Public Contracts Regulations 2015 (‘the Regulations’). The Trust intends only to be bound to the Regulations insofar as they apply to SOS Services. Further details are set out in the procurement documents. The Trust reserves the right not to award any or part of this contract, postpone or terminate the procurement process (or any part of it) or change the procedure used to procure the contract, at any time without liability on its part. No contract will be created between the Trust and any bidder until a contract is executed between the Trust and the successful Bidder. The Trust is not liable for any costs (including third party costs, fees or expenses) incurred by those expressing an interest in or bidding for this opportunity and no implied contract is created. Tenders and all supporting documentation must be priced in sterling and written in English. Any agreements entered into will be governed by English law and subject to the exclusive jurisdiction of the English Courts. This contract is for the benefit of Royal National Orthopaedic Hospital, Brockley Hill, Stanmore, Middlesex, HA7 4LP.
VI.4.1)Body responsible for appeal procedures
Royal National Orthopaedic Hospital NHS
Brockley Hill
HA7 4LP Middlesex
UNITED KINGDOM
E-mail: nuntima.lloyd@rnoh.nhs.uk
Telephone: +44 2083853004
Internet address: www.rnoh.nhs.uk
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Provide Toxicology Services Across Derbyshire
Pathology Services Contract Liverpool
Managed Laboratory Services for Microbiology
Tender for Pathology Service in Greater Manchester South