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

Contract for the Provision of HIV Homecare Delivery Service for a 3-year period with the option to extend for up to a further 24 months.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

The Newcastle upon Tyne Hospitals NHS Foundation Trust
Supplies Department, Cheviot Court, The Freeman Hospital, High Heaton
For the attention of: Alan Brinton
NE7 7DN Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912137648
E-mail:
Fax: +44 1912231051

Internet address(es):

General address of the contracting authority: http://www.newcastle-hospitals.org.uk

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
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:
Contract for the Provision of HIV Homecare Delivery Service for a 3-year period with the option to extend for up to a further 24 months.
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: Delivery to patients in the North East of UK.

NUTS code UKC

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Contract for the Provision of HIV Homecare Delivery Service for a 3-year period with the option to extend for up to a further 24 months.
II.1.6)Common procurement vocabulary (CPV)

33600000, 85141210

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
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (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:
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:
No legal form required but each supplier to become jointly and severally responsible for the contract before acceptance.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The contract will be subject to the NHS Terms and Conditions for the Provision of Services (Contract Version).
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: NHS Conditions of Contract will apply. Any supplier may be disqualified who:
(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 judgement 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; EN Standard form 02 - Contract notice 7 / 17
(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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met: Any supplier may be disqualified who does not respond to the following in the requisite manner:
Two Options:
The Trust utilises the NHS supplier information database (Sid4Gov) to manage and assess general pre-qualification information in the form of a profile.
Candidates are requested to publish their profile on the Sid4Health as follows and provide their DUNS number and confirmation of Sid4Gov profile publication along with their expression of interest:

a) candidates can register on Sid4Gov at http://http://gps.cabinetoffice.gov.uk/i-am-buyer/registration-sid4gov by clicking on the Register Organisation tab and select the Supplier button. 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. Suppliers who already have a published profile on Sid4Gov must confirm that information is up to date;
b) candidates should ensure all relevant sections of their Sid4HGov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to Sid4Gov is unavilable please conytact Supplier support on +44 3450103503.
Or:
Provide directly to the contact details the following information:
Statements of overall turnover in respect of the specific products offered in connection with the proposed contract for the previous 3 financial years,
- Last published annual report and accounts, or where not available, equivalent information required under the law or the Member State where the organisation is established,
- Company registration number and address,
- VAT registration number,
- Details of parent company, and other group companies if applicable.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(i) A list of major contracts won, and their value, in the last 3 years;
(ii) A description of the supplier's technical facilities and measures for controlling quality, including reference to any independently certified audit standard achieved;
(iii) If necessary a check my be made by the controlling authority, or a competent official body in the supplier's country or origin acting on their behalf on production capacities and quality-control measures.
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: yes
Reference to the relevant law, regulation or administrative provision: Pharmacists must be registered with the Royal Pharmaceutical Society of GB.
Dispensing premises must be registered with the Royal Pharmaceutical Society of GB
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
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:
T/14/351
IV.3.2)Previous publication(s) concerning the same contract
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
10.3.2014
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
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
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:
28.1.2014