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

Manged Laboratory Service Contract (MLSC).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

The Ipswich Hospital NHS Trust
Heath Rd
For the attention of: Roger Holloway
IP4 5PD Ipswich
UNITED KINGDOM
Telephone: +44 1473704465
E-mail:

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
Other: NHS Trust
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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Manged Laboratory Service Contract (MLSC).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 25: Health and social services

NUTS code UKH14

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)
Pathology services. Emission spectrometer. Thermometers. Mass spectrometer. pH meters. Gas-analysis apparatus. Chromatographs. Gas chromatographs. Cytometers. Biomedical equipment. Chemistry analyser. Immunoassay analysers. Argon. Clinical chemistry system. Incubators. Nitrogen. Real-time Polymerase Chain Reaction (PCR) equipment. E-learning services. Blood analysis services. The Ipswich Hospital NHS Trust is looking for expressions of interest for the provision of a Managed Laboratory Service Contract (MLSC) from the primary supplier, for a minimum period of 7 years with an option to extend for another 7 years, including a full/partial refresh if applicable, for the provision of equipment and consumables for the production of assays defined within the ITT.
II.1.6)Common procurement vocabulary (CPV)

85111800, 38433210, 38412000, 38433100, 38416000, 38432100, 38432200, 38432210, 38434510, 38434540, 38434560, 38434580, 24111100, 33159000, 33152000, 24111700, 38951000, 80420000, 85111810

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
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:
Details of the scope of the project are already given at section II.1.5 above. An estimate is given below relating to the project in terms of its potential value in GBP. This is an estimate only and the actual contract value over the life of the contract may be more or less than this estimate depending on the tenders received and the options exercised (if any).
Estimated value excluding VAT:
Range: between 3 000 000 and 6 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract will be for an initial period of 7 years with options (to be exercisable under the contract) to extend the contract for a period or periods up to a further 7 years depending on business needs.
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: 84 (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:
If it is considered appropriate by the authority, an indemnity, guarantee, bond or other form of appropriate security may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As contained within the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Authority reserves the right to require groupings of economic operators to take a particular legal form or to require a single economic operator to take primary liability for a contract to be performed by a group of economic operators or to require each party to undertake joint and several liability in respect of the entire contract irrespective of the form the grouping takes.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As contained within the tender documents.
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: In accordance with Articles 45 and 46 of Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006, as set out in the Invitation to Tender available from the address in section I.1.
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, as set out in the Invitation to Tender available from the address specified in Section I.1.
Minimum level(s) of standards possibly required: As set out in the Invitation to Tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Article 48 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006, as set out in the Invitation to Tender.
Minimum level(s) of standards possibly required:
As set out in the Invitation to Tender.
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:
DM-RH 52602
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
17.1.2013 - 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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of 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
The contracting authority may need to novate the contract to any new organisation that is formed with which Ipswich Hospital NHS Trust is a partner or participant in the current geographical region of the UK East of England Strategic Health Authority. A right to do this shall be a condition of the contract. Upon any such novation, the new organisation shall be deemed to be the contracting authority for the purposes of section I.1 of this OJEU Contract Notice.
As confirmed at sections II.2.2 and II.3 of this OJEU Contract Notice, the initial period of the contract will be for 7 years. However, the contracting authority will have an option to extend for a period or periods of up to a further 7 years. This gives a potential total contract duration of 14 years. GO Reference: GO-2012123-PRO-4427873.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

The Ipswich Hospital NHS Trust
Heath Rd
IP4 5PD Ipswich
UNITED KINGDOM
E-mail:
Telephone: +44 1473704465

Body responsible for mediation procedures

The Ipswich Hospital NHS Trust
Heath Rd
IP4 5PD Ipswich
UNITED KINGDOM
E-mail:
Telephone: +44 1473704465

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Ipswich Hospital NHS Trust will allow a standstill period at the point the decision regarding the award of the contract is communicated to tenderers. The standstill period shall be in accordance with Regulation 32A of the Public Contracts Regulations 2006 (as amended).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
3.12.2012