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

Renal Dialysis Managed Services Framework Agreement.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

University Hospitals of Leicester NHS Trust
Procurement Leicester General Hospital Block 7 Hospital Close
For the attention of: Jennifer Tilson
LE5 4WP Leicester
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: https://www.supplying2nhs.com

Address of the buyer profile: https://www.supplying2nhs.com

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: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Renal Dialysis Managed Services Framework Agreement.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: Acting as the lead contracting authority, University Hospitals Leicester NHS Trust wishes to establish this framework for the Trust and other NHS bodies in the UK including (but not limited to) all NHS Acute Trusts, all NHS Mental Health Trusts, all NHS Foundation Trusts and all Primary Care Trusts (and their statutory successors and organisations created as a result of re-organisation or organisational changes in relation to all these types of bodies). The framework will also be available for all newly formed or merged NHS Trusts. Please note: the framework may not be used by any organisations external to University Hospitals Leicester NHS Trust without prior permission from the lead contracting authority.
Further information about the NHS bodies, which are able to use this framework, can be found at:

http://www.monitor-nhsft.gov.uk/home/about-nhs-foundation-trusts/nhs-foundation-trust-directory

http://www.nhs.uk/ServiceDirectories/Pages/PrimaryCareTrustListings.aspx

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListings.aspx

NUTS code UKF

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Number of participants to the framework agreement envisaged: 5

Duration of the framework agreement

Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
Framework arrangement.
University Hospitals of Leicester NHS Trust (the "Trust”) currently provides renal dialysis services from 1 parent and 10 satellite renal dialysis units.
The Trust wishes to establish a framework of providers who are capable of providing renal dialysis managed services. The Trust's requirements for this service include:
- sourcing and provision of premises from which the renal dialysis services can be provided in the future;
- provision and maintenance of dialysis equipment;
- provision of medicines;
- provision of an IT infrastructure;
- provision of facilities management services; and
- provision of non-clinical staff.
The Trust is also seeking offers for the following options which may or may not be included in any call off contract requirement:
- provision of pathology tests;
- procurement and provision of renal dialysis consumables; and
- provision of additional IT software systems.
For the avoidance of doubt all clinical staff necessary for the operation of the renal dialysis clinics will be provided by the Trust.
Call off contracts.
The Trust will award contracts in respect of any call off under the framework arrangements either by:
- application of the terms laid down in the framework agreement; or
- following the conclusion of a mini-competition.
The Trust does not have a definitive roll out plan for calling off under this framework agreement. However, an immediate call off will be made simultaneously with the award of the framework agreement in respect of the following 2 units:
- Northampton;
- Kettering/Corby.
Miscellaneous.
The Trust welcomes bids from consortia and will not require any consortium to form a legal entity at this stage, although it may be required to do so prior to the award of any contract. This does not preclude a single organisation from offering its services.
Further background information on the Trust is available together with the other tender documents. Note that the tender documents contain important background and contextual information. The contractual conditions will be set out in the invitation to tender.
The Trust reserves the rights to amend, add to or withdraw all, or any part of any tender document at any time during the tender exercise and consider alternative procurement options without any liability to Bidders or prospective Bidders.

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 www.supplying2nhs.com

II.1.6)Common procurement vocabulary (CPV)

85111900, 33181100, 51410000, 50421000, 75122000

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:
II.2.2)Information about options
Options: yes
Description of these options: The Trust is seeking offers for the following options which may or may not be included in any call off contract requirement:
- provision of pathology tests;
- procurement and provision of renal dialysis consumables; and
- provision of additional IT software systems.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (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:
The contracting authority reserves the right to request deposits, guarantees or bonds or other forms of appropriate security. Requirements will be set out in the tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
These terms will be set out in the documents to bidders.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contract(s) may be awarded to a single applicant or a consortium or individuals of a consortium. In the case of a consortium or individuals of a consortium liability will be joint and several. The contracting authority reserves the right to request that consortia form a special purpose vehicle.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As specified in 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: Any supplier may be disqualified who:
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
As specified in the accompanying documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Bidders will be required to complete and submit a tender submission and associated documentation.
Minimum level(s) of standards possibly required: Minimum standards for participation and consideration are stated in the Tender Documents.
Minimum insurance requirements are as follows:
As a minimum level of protection, the Supplier will be required to put in place and/or maintain in force at its own cost with a reputable commercial insurer, insurance arrangements in respect of employer's liability, public liability and professional indemnity in accordance with Good Industry Practice with the minimum cover per claim of the greater of five million pounds (GBP 5,000,000) or any sum as required by Law unless otherwise agreed with the Authority in writing.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Bidders will be required to complete and submit a tender submission and associated documentation.
Minimum level(s) of standards possibly required:
Minimum standards for participation and consideration are stated in the Tender Documents.
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:
DNWC-9D6ELJ
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
31.1.2014
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: 120 (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: yes
Estimated timing for further notices to be published:
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 intends to use an eTendering system in this procurement exercise. All communication pertaining to this procurement including a formal request to participate must be via the e-tendering portal www.supplying2nhs.com

The Trust reserves the right not to award any contracts or agreements from this exercise.
The Framework is for a period of four years. Call off contracts will be for a 7 year period and may be subject to further competition.
The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days where non-electronic or fax methods are used) at the point that an award decision is communicated to bidders. The award decision notice will specify the criteria for the award of the contract, the reasons for the decision, including the characteristics and relative advantages, the name and score of the successful tender; and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006, as amended by the Public Contracts (Amendment) Regulations 2009 and the Public Procurement (Miscellaneous Amendments) Regulations 2011, set out the time frame within which aggrieved parties who have been harmed or are at risk of a breach of the rules may take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within 30 days from the date when the economic operator in question first knew or ought to have known that grounds for the bringing of proceedings has arisen. The Court may extend the 30 day period in a particular case if it is considered that there is good reason for so doing, up to a period of 3 months from the actual or deemed date of knowledge of the economic operator. The court may order the setting aside of the award decision or may order the Contracting Authority to amend many document and may award damages. If the contract has been entered into the Court may make a declaration of ineffectiveness or may order that the contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the award (either by award decision notification or contract award notice depending on the circumstances) or otherwise 6 months.
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:
2.12.2013