By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

T15/0316 Supply of Aseptically Prepared & Terminally Sterilised Products.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Royal Devon and Exeter NHS Foundation Trust
Peninsula Purchasing and Supply Alliance, Heavitree Hospital, Gladstone Road
For the attention of: Fiona Malloch, Senior Category Buyer
EX1 2ED Exeter
UNITED KINGDOM
Telephone: +44 1392405318
E-mail:

Internet address(es):

Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/45644

Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15019&B;=NHSSW

Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=15019&B;=NHSSW

Further information can be obtained from: Peninsula Purchasing and Supply Alliance
Heavitree Hospital, Gladstone Road
For the attention of: Fiona Malloch, Senior Category Buyer
EX1 2ED Exeter
UNITED KINGDOM
Telephone: +44 1392405318
E-mail:

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: Via the e-tendering portal
UNITED KINGDOM
Internet address: https://uk.eu-supply.com/login.asp

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Gloucestershire Hospitals NHS Foundation Trust

Great Western Hospitals NHS Foundation Trust

Northern Devon Healthcare NHS Trust

Plymouth Hospitals NHS Trust

Royal Cornwall Hospital NHS Trust

Salisbury NHS Foundation Trust

Taunton & Somerset NHS Foundation Trust

Torbay and South Devon NHS Foundation Trust

Yeovil District Hospital NHS Foundation Trust

University Hospitals Bristol NHS Foundation Trust

North Bristol NHS Trust

Weston Area Health NHS Trust

Royal United Hospitals Bath NHS Foundation Trust

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
T15/0316 Supply of Aseptically Prepared & Terminally Sterilised Products.
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: NHS Bodies within the boundaries of Cornwall, Devon, Somerset, Dorset, Avon and Wiltshire to include but not be limited to the following NHS bodies: Royal Devon and Exeter NHS Foundation Trust, Northern Devon Healthcare NHS Trust, Plymouth Hospitals NHS Trust, Royal Cornwall Hospitals NHS Trust, Torbay and South Devon Healthcare NHS Foundation Trust, Taunton and Somerset NHS Foundation Trust, Yeovil District Hospital NHS Foundation Trust, Salisbury NHS Foundation Trust, Gloucestershire Hospitals NHS Foundation Trust, Royal United Hospital Bath NHS Foundation Trust, University Hospitals Bristol NHS Foundation Trust, Great Western Hospitals NHS Foundation Trust, North Bristol NHS Trust, Weston Area Health Trust.

NUTS code UKK

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)
Supply of Aseptically Prepared Batch and Patient Specific Products and Terminally Sterilised Products.
II.1.6)Common procurement vocabulary (CPV)

33600000, 33690000, 33692000, 33692100, 33692500, 33692510, 33693100

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: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Offers may be submitted for 1 or more lots. Offers may be submitted for all products or selected product in Lot 1 and Lot 2b. Offers must be submitted for all products in Lot 2a.
Estimated value excluding VAT: 18 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 036 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Aseptically Manipulated or Terminally Sterilised Batch Products
1)Short description
Supply of Aseptically Manipulated or Terminally Sterilised Batch Products. Includes Cytotoxic and Non-Cytotoxic Batch Products.
2)Common procurement vocabulary (CPV)

33600000, 33690000, 33692000, 33692100, 33692500, 33692510, 33693100

3)Quantity or scope
Estimated value excluding VAT: 10 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Offers may be submitted for one or more lots. Offers may be submitted for all products or selected product in Lot 1 and Lot 2b. Offers must be submitted for all products in Lot 2a.
Lot No: 2 Lot title: 2a) Patient Specific Aseptically Manipulated Cytotoxic Products
1)Short description
2a) Patient Specific Aseptically Manipulated Cytotoxic Products.
2)Common procurement vocabulary (CPV)

33600000, 33690000, 33692000, 33692100, 33692500, 33692510, 33693100

3)Quantity or scope
Estimated value excluding VAT: 2 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Offers may be submitted for one or more lots. Offers may be submitted for all products or selected product in Lot 1 and Lot 2b. Offers must be submitted for all products in Lot 2a.
Lot No: 3 Lot title: 2b) Patient Specific Aseptically Manipulated Cytotoxic Products.
1)Short description
2b) Supply of Patient Specific Aseptically Manipulated Cytotoxic Products.
2)Common procurement vocabulary (CPV)

33600000, 33690000, 33692000, 33692100, 33692500, 33692510, 33693100

3)Quantity or scope
Estimated value excluding VAT: 5 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Offers may be submitted for one or more lots. Offers may be submitted for all products or selected product in Lot 1 and Lot 2b. Offers must be submitted for all products in Lot 2a.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company and other guarantees may be required in certain circumstances. See the invitation to tender for further detail.
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:
Joint and severable liability.
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: 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.

The Trust will also be utilising the NHS supplier information database (sid4gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via the e-tendering portal, candidates are requested to provide or update their profile on the sid4gov as follows:

a) candidates should register on sid4gov at http://http://gps.cabinetoffice.gov.uk/i-am-supplier by clicking on the Register Organisation tab and select the Supplier button.

b) 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.
c) Suppliers who already have a published profile on sid4gov must confirm that information is up to date; i) 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 NHS the sid4gov helpdesk.
Please note all responses to OJEU should be made through the e-tendering portal and registration is required on sid4gov to update or provide company profiles only.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per III.2.1. above.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per III.2.1. above.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
T15/0316
IV.3.2)Previous publication(s) concerning the same contract
no
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
20.4.2016 - 16:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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

The contract will be for a 3 year period with the option to extend for any period up to 24 months. This is a procurement for supplies being conducted under the open procedure of the Public Contracts Regulations 2015. The procurement exercise will be conducted in accordance with the information contained in the tender documentation. To receive more information about this tender, including any amendments and/or clarifications and to request any clarifications and/or to respond to this tender, you must register your interest to this tender on the following e-tendering portal https://uk.eu-supply.com/login.asp

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with the Public Contract Regulations 2015 and Part 3 Remedies.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
7.3.2016