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

Framework agreement procurement for clinical biochemistry analysers and other associated equipment on a managed service basis.

CONTRACT NOTICE

Services

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

The Ipswich Hospital NHS Trust
Heath Rd
Contact: Roger Holloway
Attn: Purchasing Manager
IP4 5PD Ipswich
UNITED KINGDOM
Tel. +44 1473704465
E-mail:
Fax +44 1473704460

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Ministry or any other national or federal authority, including their regional or local sub-divisions
Health
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
Framework agreement procurement for clinical biochemistry analysers and other associated equipment on a managed service basis.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category: No 1

NUTS code UKH14

II.1.3)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 year(s): 4
Estimated total value of purchases for the entire duration of the framework agreement
estimated cost excluding VAT
Range: between 12 000 000 and 60 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Spectrum analyser. Emission spectrometer. Mass spectrometer. Thermometers. 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. The contract is to provide equipment and services for analysers and associated medical equipment and consumables, including diagnostics and radiodiagnostic devices and supplies, and blood cell counters, on a managed services basis under a framework agreement under which the Authority and permitted third parties will place order contracts for the specific managed services required. As part of the managed services, suppliers will be required to maintain and repair the equipment, and refresh it as appropriate over the life of any order contracts placed under the framework agreement. The framework agreement should also allow for the purchase of a wide range of associated laboratory equipment relevant to clinical biochemistry, haematology, blood transfusion, immunology, microbiology, histology and other analytical work (including, without limitation, point of care testing) carried out by the contracting authority and/or partner organisations.
II.1.6)Common procurement vocabulary (CPV)

38433300, 38433210, 38433100, 38412000, 38416000, 38432100, 38432200, 38432210, 38434510, 38434540, 38434560, 38434580, 24111100, 33159000, 33152000, 24111700, 38951000, 80420000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
No
II.1.9)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 and at section II.1.4 relating to the project in terms of its potential value in GBP. This is an estimate only of cumulative potential order contracts and the actual contract value over the life of the framework agreement may vary significantly from this estimate (upwards or downwards) depending on the actual orders placed.
Excluding VAT
Range between 12 000 000 and 60 000 000 GBP
II.2.2)Options
No
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
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 regulating them
As set out in the Invitation to Tender documents and as to be discussed and agreed as part of the dialogue phase.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded
Joint and several liability. The Ipswich Hospital NHS Trust reserves the right to require groupings of suppliers to take a particular legal form or to require a single supplier to take primary liability or to require each party to undertake joint and several liability irrespective of the form the grouping takes.
III.1.4)Other particular conditions to which the performance of the contract is subject
Yes
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 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 pre-qualification questionnaire available from the address in section l.1:
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if 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 pre-qualification Questionnaire available from the address in section I.1.
Minimum level(s) of standards possibly required As set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if 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 pre-qualification Questionnaire available from the address in section I.1.
Minimum level(s) of standards possibly required
As set out in the pre-qualification questionnaire.
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
No
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the service
Yes

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 number of operators 5
Objective criteria for choosing the limited number of candidates: As set out in the pre-qualification questionnaire, which is available from the address in section I.1.
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
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)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
DM-RH 52576
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
29.9.2011 - 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)THIS IS A RECURRENT PROCUREMENT
No
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION
The full requirements in relation to the names and professional qualification of the staff responsible for the execution of the service (see section III.3.2 above) will be as set out in the Pre-Qualification Questionnaire, which is available from the address specified in section I.1.
In setting up this framework agreement the contracting authority is acting as a central purchasing body for healthcare organisations partnering with the contracting authority (now or in the future) to provide laboratory and/or other analytical services and/or point of care services to NHS and other organisations. Such partner organisations will have a base in the current geographical region of the East of England Strategic Health Authority (an information memorandum will be included with the pre-qualification questionnaire for this project and this information memorandum will include a map showing the area concerned). Such healthcare organisations may place order contracts under the framework agreement provided that any organisation other than the central purchasing body may only use the arrangements with the permission of the central purchasing body.
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 East of England Strategic Health Authority (as referred to above). A right to do this shall be a condition of the framework agreement. 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 and shall become the central purchasing body for the purposes of these arrangements.
As confirmed at sections II.1.4 and II.3 of this OJEU Contract Notice the term of the framework agreement is 48 months. Order contracts placed at any point under the term of the framework agreement will reflect the life of the equipment and could be for a period of up to 15 years depending on the equipment and services being purchased.
As set out at Section IV.1.2, the contracting authority intends to take 5 economic operators to the next stage of the process. However, the contracting authority reserves the right in the event of a tie in the evaluation process to invite an additional candidate or candidates to the next stage of the process.
GO Reference: GO-2011826-PRO-2589633.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures

As set out in section I.1

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Trust will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers in accordance with Regulation 32A of the Public Contracts Regulations 2006.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
26.8.2011