Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

TRS0367 Provision of radiopharmaceutical services.

  • First published: 09 December 2014
  • Last modified: 09 December 2014

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Royal Surrey County Hospital NHS Foundation Trust
Authority ID:
AA21924
Publication date:
09 December 2014
Deadline date:
12 January 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

TRS0367 Provision of radiopharmaceutical services.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Royal Surrey County Hospital NHS Foundation Trust

Royal Surrey County Hospital, Egerton Road

Guildford

GU2 7XX

UK

David Atkins-Clarivette

+44 1483571122

david.atkins-clarivette@nhs.net

+44 1483453384

http://www.royalsurrey.nhs.uk



https://commercialsolutions.bravosolution.co.uk

https://commercialsolutions.bravosolution.co.uk
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

TRS0367 Provision of radiopharmaceutical services.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

25

II.1.2)

Main site or location of works, place of delivery or performance

Royal Surrey County Hospital, Egerton Road, Guildford, Surrey, GU2 7XX.



UKJ23

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

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

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

TRS0367 Provision of radiopharmaceutical services.

II.1.6)

Common Procurement Vocabulary (CPV)

33124000
33151400
33151000
33124210
33124200
45253500

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Royal Surrey County Hospital NHS Foundation Trust is seeking a provider to jointly finance and operate a radiopharmaceutical service which will include refurbishment/rebuild of the existing Radiopharmacy facility at the RSCH site and routine and developmental radiopharmaceutical services for several nuclear medicine services in and around the Guildford area.

The selected provider will be required to demonstrate considerable expertise and experience of installing and operating radiopharmaceutical services that support a variety of clinical specialties. Due to the range of options for the delivery of these services the Trust will look for participants to bring forward and develop appropriate solutions to meet its needs and requirements for the design and operation of the facility and of the service in addition to the funding and financial model. The Trust is particularly looking for a new business model to establish and operate this facility and would expect a partnership arrangement with the successful provider. It is envisaged that the initial term would be not less than 10 years.

The Trust will be able to provide a range of support services to the successful provider and these will be verified through the competitive dialogue process.

II.2.2)

Options

As may be discussed.

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

120

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

An appropriate bond and/or guarantee may be required.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

The financing of the radiopharmaceutical services will be the responsibility of the successful bidder.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


The Trust will evaluate all PQQ responses in accordance with Articles 45 to 50 of Directive 2004/18/EC and Regulations 23 to 25 of the Public Contracts Regulations 2006, and as set out within the PQQ. If there are more eligible bidders than is required, the Trust will, under regulation 18(12) of the Public Contracts Regulations 2006, use the same questions, criteria, scoring and weighting as is already set out in the PQQ to identify those bidders who will proceed to the next stage. Provided that there are a sufficient number of eligible bidders, the Trust will select to proceed through to the next stage of the competition the top 3 eligible bidders.

Suppliers Instructions How to Express Interest in this Tender:

1. Register your company on the eSourcing portal (this is only required once):

— Browse to the eSourcing Portal: https://commercialsolutions.bravosolution.co.uk and click the link to register;

— Accept the terms and conditions and click ‘continue';

— Enter your correct business and user details;

— Note the username you chose and click ‘Save' when complete;

— You will shortly receive an e-mail with your unique password (please keep this secure);

2. Express an Interest in the tender:

— Login to the portal with the username/password;

— Click the ‘PQQs/ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier);

— Click on the relevant PQQ/ITT to access the content;

— Click the ‘Express Interest' button at the top of the page;

— This will move the PQQ/ITT into your ‘My PQQs/My ITTs' page. (This is a secure area reserved for your projects only);

— You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ITT Details' box;

3. Responding to the tender:

— Click ‘My Response' under ‘PQQ/ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining);

— You can now use the ‘Messages' function to communicate with the buyer and seek any clarification;

— Note the deadline for completion, then follow the on-screen instructions to complete the PQQ/ITT;

— There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response' button at the top of the page.

If you require any further assistance please consult the online help, or contact the eTendering help desk.

III.2.2)

Economic and financial capacity


In accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 and as set out in the PQQ.



Subject to PQQ.


III.2.3)

Technical capacity


In accordance with Articles 48 to 50 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 and as set out in the PQQ.



Subject to PQQ.


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

35

Objective criteria for choosing the limited number of candidates

Organisations interested in being considered for this opportunity are required to complete and submit a PQQ with their expressions of interest. Selection of the organisations to be invited to tender will be based on the results of the evaluation of the completed PQQs. The objective criteria to be used to select the Organisations to be invited to tender is detailed in the PQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

TRS0367

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 12-01-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

In accordance with Regulations 32 and 32A (Information about contract award procedures and the application of the standstill period prior to contract award) and Part 9 of the Public Contracts Regulations 2006 (as amended).

The Trust will incorporate a 10 calendar day standstill period at the point that the award of contract is notified to the tenderers. This period allows unsuccessful tenderers to seek a full debriefing from the Trust before the Contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days prior to the end of the standstill period.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 03-12-2014

Coding

Commodity categories

ID Title Parent category
45253500 Construction work for pharmaceutical plant Construction work for chemical-processing plant
33124000 Diagnostics and radiodiagnostic devices and supplies Recording systems and exploration devices
33124200 Radiodiagnostic devices Diagnostics and radiodiagnostic devices and supplies
33124210 Radiodiagnostic supplies Diagnostics and radiodiagnostic devices and supplies
33151000 Radiotherapy devices and supplies Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
33151400 Radiotherapy supplies Radiotherapy devices and supplies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
david.atkins-clarivette@nhs.net
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.