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

"Mortuary and Autopsy Equipment and Supplies".

Contract notice

Supplies

Section I: Contracting authority

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

NHS Supply Chain Acting Asagent For NHS Business Services Authority
NHS Supply Chain, Unit 5 Telford Court, Chester Gates, Dunkirk Trading Estate
For the attention of: Helen Davies
CH1 6LT Chester
UNITED KINGDOM
Telephone: +44 1244582835
E-mail:

Internet address(es)

General address of the contracting authority www.supplychain.nhs.uk

Further information can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Unit 5 Telford Court, Chester Gates, Dunkirk Trading Estate
For the attention of: Buyer
CH1 6LT Chester
UNITED KINGDOM
Internet address: http://procurement.supplychain.nhs.uk/

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Unit 5 Telford Court, Chester Gates, Dunkirk Trading Estate
For the attention of: Buyer
CH1 6LT Chester
UNITED KINGDOM
Internet address: http://procurement.supplychain.nhs.uk/

Tenders or requests to participate must be sent to: NHS Supply Chain acting as agent for NHS Business Services Authority
NHS Supply Chain, Unit 5 Telford Court, Chester Gates, Dunkirk Trading Estate
For the attention of: Buyer
CH1 6LT Chester
UNITED KINGDOM
Internet address: http://procurement.supplychain.nhs.uk/

I.2)Type of the contracting authority
National or federal agency/office
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:
"Mortuary and Autopsy Equipment and Supplies".
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main place of delivery: "Various locations in UK ".

NUTS code UK

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
maximum number of participants to the framework agreement envisaged 33

Duration of the framework agreement

Duration in years: 2

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 1 500 000,00 and 3 200 000,00 GBP
II.1.5)Short description of the contract or purchase(s)
Mortuary and Autopsy Equipment and Supplies.
II.1.6)Common procurement vocabulary (CPV)

33920000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: yes
II.1.9)Information about variants
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 1 500 000,00 to 3 200 000,00 GBP for this contract award this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
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: 24 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Mortuary and Autopsy Buckets, Containers and Holloware
1)Short description
This lot covers buckets, containers and holloware specifically for mortuary and autopsy applications. The equipment must be suitable for storing and holding tissue, organs and fluids obtained during an autopsy, which may be infused in fixative.
2)Common procurement vocabulary (CPV)

33169400, 44618100, 44618330, 44619000, 39224330

3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 4 000 to 7 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Mortuary And Autopsy Headblock Rests And Scales
1)Short description
This lot covers compact bench scales and hanging scales used for weighing organs and tissue. Suitable for use in mortuary and autopsy environments. It also covers headblock rests suitable for mortuary and autopsy environments.
2)Common procurement vocabulary (CPV)

33920000, 33923000, 33923100, 33923300

3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 25 000 to 55 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Mortuary And Autopsy Instruments
1)Short description
This lot covers instruments suitable for use during an autopsy, such as rib knifes, brain knife, spinal chisel, vertebrae chisel, Scissors and forceps.
2)Common procurement vocabulary (CPV)

33910000, 33911000, 33912000, 33912100, 33616100

3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 50 000 to 110 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Mortuary And Autopsy Miscellaneous Products
1)Short description
This lot covers miscellaneous products suitable for use during an autopsy such as eye caps, inserts and wadding.
2)Common procurement vocabulary (CPV)

33960000, 33968000

3)Quantity or scope
"Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 34 000 to 73 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
".
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Mortuary And Autopsy Needles, Twine And Closures
1)Short description
This lot covers post mortem needles, such as curved, serpentine and half curved for use during an autopsy, the lot also includes suture twines and glue for autopsy closure applications.
2)Common procurement vocabulary (CPV)

33914000, 33914100, 33914200, 33914300, 24910000

3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 46 000 to 100 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Mortuary And Autopsy Protective Clothing
1)Short description
This lot covers the supply of mortuary specific protective gloves such as outer sleeves, full arm gloves and chain mail gloves, suitable for use in a mortuary and autopsy environment.
2)Common procurement vocabulary (CPV)

33141420, 18424000, 18424300, 33141400

3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 54 000 to 110 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Mortuary And Autopsy Electric Saws And Consumables
1)Short description
This lot covers the supply of complete low voltage oscillating saw system, incorporating a saw hand piece and extractor system which operates to high standards of pathogenic debris containment and filtration. Suitable for necropsy work, skull cap removal and spinal work.
2)Common procurement vocabulary (CPV)

33916000, 33616100

3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 77 000 to 165 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Mortuary And Autopsy Tables, Trolleys, Trays And Sinks
1)Short description
This lot covers downdraft, linear, solid and full body handling post mortem tables, dissecting benches, body trays, manual and powered transfer trolleys and sinks designed specifically for mortuary and autopsy use.
2)Common procurement vocabulary (CPV)

33930000, 33940000, 33931000, 33932000, 33933000, 33943000, 33947000

3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 40 000 to 120 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Mortuary And Autopsy Storage Cabinets And Tables
1)Short description
This lot covers storage cabinets for the storage and safeguard equipment, instruments for use in a mortuary environment and tables for use as a general work top and for instrument and equipment preparation, for use in a mortuary and autopsy environment.
2)Common procurement vocabulary (CPV)

33930000

3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 20 000 to 40 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 10 Lot title: Mortuary And Autopsy Temporary Body Refrigeration Storage
1)Short description
This lot covers refrigerated body storage specifically for mortuary applications that are suitable as standalone applications of use with body handling systems.
2)Common procurement vocabulary (CPV)

33940000, 33945000, 33941000, 33947000, 33945000

3)Quantity or scope
"Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 814 000 to 1 700 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
".
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 11 Lot title: Mortuary And Autopsy Temporary Body Refrigeration Solutions
1)Short description
Portable modular body storage and body cooling systems to provide solutions for mortuaries and rapid response for emergency services, government and military.
2)Common procurement vocabulary (CPV)

33940000, 33941000, 33944000, 33947000

3)Quantity or scope
Precise quantities are unknown and will also depend on the number of suppliers appointed. Whilst it is anticipated that initial expenditure will be in the region of 336 000 to 720 000 GBP for this lot this is approximate only and the values will be to such level as those purchasing under the framework consider necessary to provide suitable requirements.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers to this lot dependant on the number of suitable responses received.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required
Parent company or other guarantees may be required in certain circumstances. Further details will be in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them
Please see 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 Contracting Authority reserves the right to require groupings of entities to take a particular form or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
III.1.4)Other particular conditions
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: "Submission of expression of interest and procurement specific information:

This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/.

Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:
Registration:

If not already registered candidates should register on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/.

Expression of interest:
Once registered candidates must express their interest as follows:
Login to the NHS Supply Chain eTendering portal.
Select the NHS Supply Chain link on the Management Console.
Select the "+" symbol to the left of the "My Official Journal European Union Notices". Select the "+" next to "OJEU Notices" and then again when the sign is next to OJEU Notices to make all available notices visible.
Select the required notice by placing the cursor over the name of the notice and then left clicking once on the name.
After reading the notice enable the expression of interest tick-box at the bottom of the notice click on the "Save Details" button and close the form.
Now select the "ISS Communities" tab at the top left of the page. Follow step c above. There should be a "+" next to the notice you expressed the interest in. That will now drop down to "My tenders" or "My PQQ".
The tender or PQQ linked to the OJEU notice will become visible by clicking on the "+" next to the My Tenders or My PQQ link.
For tenders:
Clicking on the tender heading will open the next screen. Look to the middle of the page for a heading called "An eRS data package".

Left click once on the file called eRSXX.ZIP (where XX denotes the tender number) to download the tender package that contains the complete response information. This package must only be opened using the eRS application which can be downloaded from the http://procurement.supplychain.nhs.uk/ website.

Using the eRS application follow the instructions and complete the responses.
The response must be submitted via the internet method as prescribed in the eRS application.
In the event that the notice refers to a PQQ:
Clicking on the name of the PQQ will open a "Pre Qualification Questionnaire" page. Read through and then select "Save Details" at the bottom of the page. The word "Attachment" next to the icon needs to be clicked on and then the attachment window will appear allowing you to respond to the questions and add attachments as required. The response is submitted when the "Save Details" button is clicked. The responses can be submitted as many times as required until the closing time for the event.
Helpdesk.

For any support in submitting your expression of interest or tender response please contact the eTendering Helpdesk at +44 8454687877 or http://procurement.supplychain.nhs.uk/. There are a number of quick help guides available on the portal. Reading these will assistthe supplier in completing and submitting their responses.

III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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
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: yes
Additional information about electronic auction: An electronic auction (e-auction) may be used to award all or part of the requirements. The use of e-auctions may also be an option as part of any mini competition process.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
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
7.12.2011 - 15:00
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 tenders
Date: 8.12.2011 - 09:00

Place

As in abovementioned I.1.

Persons authorised to be present at the opening of tenders yes
Only the NHS Supply Chain contract owner or delegate.

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
"Please note that the number of maximum suppliers as set out in II.1.4 is provided as an estimate only. Tenderers should refer to section 3.5 of the Invitation to Tender for details of the scores which tenderers will need to obtain in order to be appointed to the Framework Agreement. NHS Supply Chain reserves therefore the right to appoint more suppliers to the Framework Agreement in the event that more 33 reach the minimum score for appointment which is set out in the ITT.
NHS Supply Chain recognises that the products which are the subject of this procurement are part of a changing environment and that there may be opportunities for suppliers who are appointed to particular lots over the lifetime of the Framework Agreement to develop products which fall within the scope of other lots. Therefore NHS Supply Chain reserves the right to allow suppliers who are appointed to a lot to introduce new product ranges to lots which they were not initially appointed to post contract award providing the product range meets the criteria outlined below:
- it must be a new range for the supplier which wasn’t available at tender stage,
- new range introductions must meet the specification outlined within Appendix 3 of this document,
- if the range is rejected at tender stage for not meeting tender requirements it will not be considered by NHS Supply Chain again throughout the lifetime of the Framework Agreement.
NHS Supply Chain anticipates appointing a minimum of 3 suppliers per lot onto the framework agreement. All suppliers must reach the hurdle of at least 50 % score at tender evaluation stage as defined in the ITT to be awarded the relevant lot of the Framework Agreement.
The Framework Agreement will be between NHS Supply Chain and the Supplier. Under the Framework Agreement there will be two different methods of supply - one for Non-Direct Contract Products and one for Direct Contract Products.
Please note that NHS Supply Chain will apply different evaluation criteria across lots.
NHS Supply Chain will be entitled to purchase the supplies identified in the tender documents as Non-Direct Contract Products which it will then make available for purchase by:
1) any NHS Trust;
2) any other NHS entity;
3) any government department agency or other statutory body and/or;
4) any private sector entity active in the UK healthcare sector.
For the supplies identified as Direct Contract Products in the tender documents.
1) NHS Supply Chain;
2) any NHS Trust;
3) any other NHS entity;
4) any government department agency or other statutory body and/or;
5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the Supplier for any of the supplies and/or services under the Framework.
For Direct Contract Products the Supplier will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.
Any ‘government department’ as set out above may include but is not limited to the ministry of defence. Where other government departments do make purchases from the framework agreement suppliers may have to provide additional information and complete documentation before contracting with those departments.
Non-Direct Contract Products.
As set out in the tender documents.
Direct Contract Products.
As set out in the tender documents.
The participating contracting authorities reserve the right to finance the purchase of the supplies through a lease transaction using a third party lessor. Any such financial services will be obtained by the participating contracting authorities through a separate procurement exercise and not as part of this procurement.
In this event the supplier appointed to the framework agreement may receive from a third party lessor appointed by the participating contracting authority a purchase order for delivery to the participating contracting authority. In this event the supplier appointed to the framework agreement will be required to supply in accordance with the terms and conditions of the framework agreement.
Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it) to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.

All communications must be made through NHS Supply Chain’s eTendering portal at http://procurement.supplychain.nhs.uk/ using the Message Centre facility linked to this particular contract notice.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Refer to point VI.4.2

Body responsible for mediation procedures

Not applicable

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Any appeals under this process should be addressed to the contact in point I.1.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.10.2011