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

Microbiology Managed Service.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Plymouth Hospitals NHS Trust
Bircham House William Prance Road Derriford
For the attention of: Kathleen Dennis, Senior Category Manager, Peninsula Purchasing & Supply Alliance
PL6 5WR Plymouth
UNITED KINGDOM
Telephone: +44 1752439616
E-mail:
Fax: +44 1752315768

Further information can be obtained from: South Devon Healthcare NHS Foundation Trust, Royal Devon and Exeter NHS Foundation Trust, Northern Devon Healthcare NHS Trust, Royal Cornwall Hospitals NHS Trust, Dorset County Hospitals NHS Foundation Trust
For the attention of: Kathleen Dennis, Senior Category Manager, Peninsula Purchasing and Supply Alliance
UNITED KINGDOM
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: The above mentioned contact point(s)

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

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Microbiology Managed Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Various National Health Service Hospitals within the South West of England. Participants include Plymouth Hospitals NHS Trust, South Devon Healthcare NHS Foundation Trust, Northern Devon Healthcare NHS Trust, Royal Cornwall Hospitals NHS Trust, Royal Devon and Exeter NHS Foundation Trust and Dorset County Hospitals NHS Foundation Trust.

NUTS code UK

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)
Plymouth Hospitals NHS Trust (as the lead contracting authority) is conducting this procurement on behalf of itself and South Devon Healthcare NHS Foundation Turst, Northern Devon Healthcare NHS Trust, Royal Devon and Exeter NHS Foundation Trust, Royal Cornwall Hospitals NHS Trust and Dorset County Hospitals NHS Foundation Trusts (together the PPSA Trusts). The PPSA Trusts are looking to establish a contract with a strategic partner for the provision of a managed service contract for their requirements within the Microbiology discipline, to include, but not limited to, laboratory equipment, maintenance and servicing and all other associated consumables and reagents. This contract does not require a pathology testing service. Currently the equipment is either owned/leased/reagent rental, with additional contractual arrangements for the supply of reagents, consumables and servicing/maintenance. The PPSA Trusts will be responsible for procuring equipment and complying with public procurement regulations. As part of the managed service it is the expectation of the trusts that the successful bidder will oversee all aspects of inventory management and asset managment including IT upgrades of those assets (hardware and software), financial performance, performance management, servicing and maintenance.
II.1.6)Common procurement vocabulary (CPV)

50421000, 33696500, 38000000, 71900000, 85111800

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 15 000 000 and 30 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: This contract will be for an initial term of 5 years with an option (exercisable at the absolute discretion of all (or some) of the PPSA Trusts) to extend the contract on annual basis for an additional 5 years.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 120 (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:
Parent company and other guarantees may be required in certain circumstances see the invitation to tender for further details.
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:
The PPSA Trusts reserve the right to require groupings of contractors to take a particular legal form or to require a single contractor to take primary liability or to require that each party undertakes joint and several 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 express an interest in the OJEU process and complete PQQ documents (where applicable) via the Trusts eSourcing system TACTICA - which is accessed at https://tactica-live.advanced365.com - please make sure that you are registered to avoid any future delays.

2) Information and formalities necessary for evaluating if requirements are met:
In accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the PQQ available through the electronic portal described below. Bidder will be required to declare whether any of the mandatory and discretionary exclusion circumstances set out in Regulation 23 applies to them or their consortium members.

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 (SID4Health) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via TACTICA, candidates are requested to provide or update their profile on the SID4Health as follows:

a) candidates should register on SID4health at http://www.SID4health.nhs.uk 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 SID4Health must confirm that information is up to date;i) candidates should ensure all relevant sections of their NHS SID4Health profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to NHS SID4Health is unavailable, please contact NHS SID4Health helpdesk at

Please note all responses to OJEU should be made through TACTICA eSourcing system - registration is required on SID4Health 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: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the PQQ (to be issued after the OJEU closing date).
Minimum level(s) of standards possibly required: In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the PQQ (to be issued after the OJEU closing date).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Artical 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulation 2006 and as set out in the PQQ (to be issued after the OJEU closing date).
Minimum level(s) of standards possibly required:
In accordance with Artical 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulation 2006 and as set out in the PQQ (to be issued after the OJEU closing date).
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
competitive dialogue
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 10
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
Lowest price
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:
T12/08/01
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
4.1.2013 - 12:00
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 tenders

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

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 site: https://tactica-live.advanced365.com.

Section 11.1.9 (variants): The PPSA Trust reserve the right to invite variant proposals and final details of whether variants will be invited to Bidders which are short listed to participate in the competitive diaglogue stage of the procurement. Should any member(s) of the PPSA Trusts withdraw their requirements from this procurement, the remaining PPSA Trusts reserves the right to continue with the procedure under this Contract Notice in those circumstances. The PPSA Trusts reserves the right not to award this opportunity or to award only part (or a different arrangement) of the opportunity described in this Contract Notice.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Plymouth Hospitals NHS Trust
Bircham House, William Prance Road
PL6 5WR Plymouth
UNITED KINGDOM
Telephone: +44 1752439616

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 (information about contract award procedures and the application of standstill period prior to contract award) and Regulaion 47 (Enforcement of Obligations) of the Public Contract Regulations 2006 (as amended) as applicable.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
27.11.2012