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

T15/02/01 — Provision of a Managed Pathology Service.

  • First published: 28 February 2015
  • Last modified: 28 February 2015

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:
Plymouth Hospitals NHS Trust
Authority ID:
AA20452
Publication date:
28 February 2015
Deadline date:
27 March 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of a Managed Pathology service to Derriford Hospital on behalf of Plymouth Hospitals NHS Trust. Current Pathology Services include Blood Sciences, Histopathology and Microbiology.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Plymouth Hospitals NHS Trust

1 Brest Road, Derriford

Plymouth

PL6 5YE

UK

Donna Pavey

+44 1752439621

d.pavey@nhs.net


https://tactica-live.advanced365.com/login.asp

https://tactica-live.advanced365.com/login.asp
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

T15/02/01 — Provision of a Managed Pathology Service.

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Unchecked box Unchecked box Unchecked box
Unchecked box Checked box

II.1.2(c))

Type of service contract

II.1.2)

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

Derriford Hospital, Derriford, Plymouth, PL6 8DH.



UKK

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)

Provision of a Managed Pathology service to Derriford Hospital on behalf of Plymouth Hospitals NHS Trust. Current Pathology Services include Blood Sciences, Histopathology and Microbiology.

II.1.6)

Common Procurement Vocabulary (CPV)

33141625
33159000
33696100
33696200
33696500
38000000
38434000
38434500
38434520
38434560
38434570
38434580
38540000
39180000
42931100
51430000
71900000
85111800
85111810

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked 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

Plymouth Hospitals NHS Trust made a long-term commitment to retaining NHS pathology services in house.

Plymouth Pathology requires an innovative partnership to deliver a lean and agile commercial structure to allow it to grow its business, benefiting from its own unique position as a leading provider of Pathology services in a tertiary centre at the heart of a large geographical area.

Any model of future provision needs to be responsive to changing technology and work across the whole healthcare system as part of a Managed Pathology Service.

There may be a requirement for Plymouth Hospitals NHS Trust to work with the selected commercial partner to develop the service in a new location, likely to be through refurbishment of existing facilities or a new build within the Trust site to deliver the additional benefits.

50 000 000122 000 000
GBP

II.2.2)

Options

Initial contract term of 7 years, with options to extend for up to 7 years.

Provisional timetable for recourse to these options

Number of possible renewals

17

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

12

II.3)

Duration of the contract or limit for completion

84

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Parent company and other guarantees may be required in certain circumstances see the invitation to tender for further details.

III.1.2)

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

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

Joint and severable liability.

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


Any supplier may be disqualified who does not respond to the following in the requisite manner:

1) Suppliers are required to express an interest in the OJEU process and complete PQQ documents (where applicable) via the Trusts eSourcing system TACTICA — which is accessed at https://tactica-live.advanced365.com — please make sure that you are registered to avoid any future delays.

2) Information and formalities necessary for evaluating if requirements are met:

(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 judgment 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;

(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.

Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.

In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the Trusts obligations on Transparency which are set out in more detail at www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.

The Trust will also be utilising the supplier information database (SID4Gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via TACTICA, candidates are requested to provide or update their profile on the SID4Gov as follows:

a) candidates should register on SID4Gov at https://sid4gov.cabinetoffice.gov.uk/ by clicking on the ‘Register for sid4gov’ option listed under ‘Join Us’.

b) 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.

c) Suppliers who already have a published profile on SID4Gov must confirm that information is up to date; i) candidates should ensure all relevant sections of their SID4Gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to SID4Gov is unavailable, please contact SID4Gov Support Centre on +44 8452992994

Please note all responses to OJEU should be made through Tactica esourcing system — registration is required on sid4gov to update or provide company profiles only.

III.2.2)

Economic and financial capacity


As per III.2.1. above.




III.2.3)

Technical capacity


As per III.2.1. above.




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 Checked box
Unchecked box Unchecked box
Unchecked box Unchecked 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

58

Objective criteria for choosing the limited number of candidates

As stated within the Pre-qualification attachment:

Grounds for Mandatory and Discretionary rejection — Pass/Fail;

Economic and Financial standing — scored as per PQQ;

Technical and Professional ability — scored as per PQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked 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

T15/02/01

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

 20-03-2015  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 27-03-2015  12:00

IV.3.5)

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

 27-04-2015

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

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: https://tactica-live.advanced365.com

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The Authority will allow a minimum 10 calendar day standstill period between notifying the award decision and awarding the contract. Unsuccessful tenderers and applicants are entitled to receive reasons for the decision, including the characteristics and relative advantages of the winning bid and the reasons why the tenderer/applicant was unsuccessful. Should additional information be required it should be requested of the addressee in section I.1. Aggrieved parties who have been harmed or are at risk of harm by breach of the procurement rules have the right to take action in the High Court (England and Wales). Any such action is subject to strict time limits and must be brought in accordance with the Public Contracts Regulations 2006 as amended by the Public Contracts (Amendment) Regulations 2009 and the Public Procurement (Miscellaneous Amendments) Regulations 2011.

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 23-02-2015

Coding

Commodity categories

ID Title Parent category
38434000 Analysers Detection and analysis apparatus
38434500 Biochemical analysers Analysers
38434520 Blood analysers Analysers
85111810 Blood analysis services Hospital services
33696100 Blood-grouping reagents Reagents and contrast media
33696200 Blood-testing reagents Reagents and contrast media
38434560 Chemistry analyser Analysers
33159000 Clinical chemistry system Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
33141625 Diagnostic kits Disposable non-chemical medical consumables and haematological consumables
38434570 Haematology analysers Analysers
38434580 Immunoassay analysers Analysers
51430000 Installation services of laboratory equipment Installation services of medical and surgical equipment
42931100 Laboratory centrifuges and accessories Centrifuges
39180000 Laboratory furniture Furniture
33696500 Laboratory reagents Reagents and contrast media
71900000 Laboratory services Architectural, construction, engineering and inspection services
38000000 Laboratory, optical and precision equipments (excl. glasses) Technology and Equipment
38540000 Machines and apparatus for testing and measuring Checking and testing apparatus
85111800 Pathology services Hospital services

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:
d.pavey@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.