Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University Hospitals Birmingham
Procurement, University Hospital Birmingham, 32-34 Melchett Road
For the attention of: Mr Stephen Cross
B30 3HG Kings Norton
UNITED KINGDOM
Telephone: +44 1212041837
E-mail: stephen.cross@uhb.nhs.uk
Fax: +44 1214590005
Internet address(es):
General address of the contracting authority: www.uhb.nhs.uk
I.2)Type of the contracting authority
Body governed by public law
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Contract for the supply of molecular diagnostics testing.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: University Hospitals Birmingham NHS Foundation Trust.
NUTS code UKG
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
University Hospitals Birmingham NHS Foundation Trust Queen Elizabeth Hospital Birmingham is the city’s first new acute hospital for 70 years. It admitted its first patients on 16.6.2010 and offers the best in care thanks to a purpose-built environment and the latest technological advances.
Labs@QEHB will provide a comprehensive laboratory service for the diagnosis of all sexually transmitted and other related infections for the Department of Genito-Urinary Medicine at Whittall Street Clinic (WSC), Birmingham.
Companies are invited to tender for the supply of a molecular diagnostics testing solution offering high sensitivity & specificity for the detection of nucleic acid from Chlamydia trachomatis, Neisseria gonorrhoeae and Trichomonas vaginalis.
II.1.6)Common procurement vocabulary (CPV)
38434000, 33694000, 33696500
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 500 000 and 2 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please refer to on line PQQ.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Scored PQQ.
Minimum level(s) of standards possibly required: Please refer to on line PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to on line PQQ.
Minimum level(s) of standards possibly required:
Please refer to PQQ scoring guidance.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: Scored PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 14.5.2012 – 13:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.5.2012 – 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
15.6.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Date: 20.7.2012 – 13:00
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2016.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
University Hospital Birmingham NHS Foundation Trust promotes equal opportunity and this is central to our aims and the delivery of services. This includes Racial, Gender Age and Disability Equality. The contract will commence following a full evaluation of all tenders submitted and subsequent award subject to Alcatel and will be issued for three years with an option to extend for up to a further one or two years 24.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
12.4.2012