Supply Pathology Managed Laboratory Services
The Royal Cornwall Hospital intends to procure a contract with a strategic partner for the provision of Pathology services.
United Kingdom-Truro: Pathology services
2016/S 053-088963
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Royal Cornwall Hospitals NHS Trust
1234
Treliske
For the attention of: Andrew Burley
Truro
UNITED KINGDOM
Telephone: +44 1872255725
E-mail: andrew.burley@nhs.net
Internet address(es):
Electronic access to information: https://uk.eu-supply.com/nhssw.asp
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/nhssw.asp
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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 27: Other services
NUTS code UKK3
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 role of the Managed Laboratory Service Provider
The provider will provide a single point of access for supply, maintenance, monitoring and replacement of all equipment in scope necessary to provide the pathology service based at RCH, including out-stationed equipment and point of care services. The provider will work with the pathology team to ensure the equipment provided meets the needs of the service as defined by the service specification.
The procurement includes the necessity to manage the financial, transitional and operational demands of an improved Pathology estate via refurbishment/upgrade/rebuild. The specification includes a single preferred model for a new Pathology estate.
This tender is being conducted using electronic means using the Internet. Companies should register their interest and respond to the contract notice using the link to the e-tendering portal https://uk.eu-supply.com/nhssw.asp
Potential suppliers are required to click on the current opportunities button on the e-tendering site to view details of this procurement and then use the online registration link to enter their company details. Within the form to register company details, there is a ‘Test’ button to verify the identified e-mail address. It is strongly recommended that this is used, to ensure validity and effectiveness of the link registered for messages to/from the e-tendering site.
Once the registration screen has been completed and an e-mail confirming successful registration of the company has been received from Tactica, suppliers can continue to follow the on screen prompts to register an expression of interest in any particular tender.
II.1.6)Common procurement vocabulary (CPV)
85111800, 33000000, 33696500, 45215000, 50400000, 50800000, 51430000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: A procurement via a single ‘lot’ will allow for a single point of management of all procured pathology contracts from the primary provider and any third party providers, such that economies of scale can be maximised and benefit can be gained across more than 1 specialty or technology.
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: 84 (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
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See pre-Qualification Questionnaire.
III.2.3)Technical capacity
See 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
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: At contract end in 7 years or 14 years if contract extended.
VI.2)Information about European Union funds
VI.3)Additional information
Suppliers are required to complete the PQQ and submit by the deadline.
Cornwall Supplies Service utilises the NHS supplier information database (Sid4Gov) to manage and assess general pre-qualification information in the form of a profile. Candidates are requested to provide their profile on the Sid4Gov as follows: a) candidates should register on Sid4Gov athttp://gps.cabinetoffice.gov.uk/i-am-supplier by clicking on the Register Organisation tab and select the Supplier button. To continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number. Suppliers who already have a published profile on Sid4Gov must confirm that information is up to date ;ii)
candidates should ensure all relevant sections of their NHS Sid4Gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to NHS Sid4Gov is unavailable, please contact Sid4Gov helpdesk 0345 010 3503
This tender is being conducted using electronic means using the Internet. Companies should register their interest and respond to the contract notice using the link to the e-tendering portal https://uk.eu-supply.com/nhssw.asp
Potential suppliers are required to click on the current opportunities button on the e-tendering site to view details of this procurement and then use the online registration link to enter their company details. Within the form to register company details, there is a ‘Test’ button to verify the identified e-mail address. It is strongly recommended that this is used, to ensure validity and effectiveness of the link registered for messages to/from the e-tendering site.
Once the registration screen has been completed and an e-mail confirming successful registration of the company has been received from Tactica, suppliers can continue to follow the on screen prompts to register an expression of interest in any particular tender. Details of the process to be followed are also available in ‘A Suppliers First Step Guide’ from the Tactica login page. The guide will explain some of the requirements and procedures involved when responding to a tender. For more detailed information there is a second document ‘Suppliers User Guide’ that can be found on the Tactica home page.
It should be noted that publication of this notice does not provide any commercial guarantee that a contract will be concluded. It does not bind the Trust to accept any offer and reserves the right to accept an offer in either whole or part. The Contracting authority is not responsible for any costs incurred by bidders in relation to participation in this process.
VI.5)Date of dispatch of this notice: