VOLUNTARY EX ANTE TRANSPARENCY NOTICE
|
|
Section I: Contracting Authority/Entity
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Lancashire Teaching Hospitals NHS Foundation Trust |
Chorley and South Ribble Hospital, Preston Road |
Chorley |
PR7 1PP |
UK |
Mr John Conroy |
+44 1257247591 |
john.conroy@lthtr.nhs.uk |
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authority
MDD Compliant Decontamination Services and Sterilisation of Medical Instruments.
|
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract27 |
II.1.2)
|
Main site or location of works, place of delivery or performance
|
II.1.3)
|
This notice involves a framework agreementNo |
II.1.4)
|
Short description of the contract or purchase(s)
The contract is a five year contract for the supply of decontamination and sterilisation services for medical instruments and associated services for Lancashire Teaching Hospitals NHS Foundation Trust with an option to extend for a further 5 years.
|
II.1.5)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
85140000 |
|
|
|
|
|
II.1.6)
|
Contract covered by the government procurement agreement (GPA) No |
II.2)
|
Total final value of the contract(s)
|
II.2.1)
|
Total final value of the contract(s)
|
Section IV: Procedure
|
IV.1)
|
Type of procedure
|
IV.1.1)
|
Type of procedure |
IV.2)
|
Award criteria
|
IV.2.1)
|
Award criteria
|
IV.2.2)
|
An electronic auction has been used Yes |
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
Other previous publications
|
Section V: Award of contract
|
|
MDD Compliant Decontamination Services and Sterilisation of Medical Instruments
1
MDD Compliant Decontamination Services and Sterilisation of Medical Instruments |
V.1)
|
Date of contract award decision: 24-3-2015 |
V.2)
|
Numbers of offers received: |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
Synergy Health (UK) Limited |
Ground Floor Stella Windmill Hill Business Park Whitehill Way |
Swindon |
SN56NX |
UK |
nolan.hodkinson@synergyhealthplc.com |
+44 7717760256 |
|
|
|
V.4)
|
Information on value of contract
7 000 000 GBP
5 |
V.5)
|
The contract is likely to be subcontracted No
|
|
Short description of the value/proportion of the contract to be subcontracted
|
Section VI: Complementary Information
|
VI.1)
|
Contract related to a project and/or programme financed by community funds? No
|
VI.2)
|
Additional Information
The contract is for Part B services relating to healthcare – sterilisation and decontamination of medical instruments and associated services. An exact value cannot be specified due to volume but it is anticipated to be in the region stated. The contract duration is 5 years.
|
VI.3)
|
Procedures for appeal
|
VI.3.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.3.2)
|
Lodging of appeals
|
VI.3.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.4)
|
Dispatch date of this Notice 25-03-2015 |
Annex D1 – General procurement
Justification for the award of the contract without prior publication of a contract notice in the Official Journal of the European Union (OJEU)
Directive 2004/18/EC
|
|
|
Open procedure |
|
Restricted procedure |
b) The products involved are manufactured purely for the purpose of research, experiment, study or
development under the conditions stated in the Directive (for supplies only).
c) The works/goods/services can be provided only by a particular tenderer for reasons that are:
|
Technical |
|
Artistic |
|
Connected with the protection of exclusive rights |
d) Extreme urgency brought about by events unforeseeable by the contracting authority and in
accordance with the strict conditions stated in the Directive.
e) Additional works/deliveries/services are ordered under the strict conditions stated in the Directive.
f) New works/services, constituting a repetition of existing works/services and ordered in accordance
with the strict conditions stated in the Directive.
g)Service contract awarded to the successful candidate or one of them after a design contest.
h) For supplies quoted and purchased on a commodity market.
i) For the purchase of supplies on particularly advantageous terms:
|
from a supplier which is definitely winding up its business activities |
|
from the receivers or liquidators of a bankruptcy, an arrangement with creditors or a similar procedure. |
j) All tenders submitted in reply to an open procedure, a restricted procedure or competitive dialogue were irregular or
unacceptable. Only those tenderers were included in the negotiations which have satisfied the qualitative selection criteria.
Other justification for the award of the contract without prior publication of a
contract notice in the OJEU:
k) The contract has as its object services listed in Annex B of Directive 2004/18/EC or in Annex XVII B of Directive 2004/17/EC
l) The contract falls outside the scope of application of the relevant directive.
In addition to the box(es) ticked above please explain in a clear and
comprehensive manner why the award of the contract without prior publication of
a contract notice in the OJEU is lawful, stating in any case the relevant facts,
and, as appropriate, the conclusions of law in accordance with the articles in
the relevant Directive (500 words maximum):
In order to ensure continuity of non-elective and elective surgical procedures, an associated fully compliant medical instrument decontamination and sterilisation service that also contains a disaster recovery plan is required. Urgent investment and an upgraded sterile services provision is necessary to meet current regulatory requirements and the Trust Executive Board has determined that any such service be provided by an organisation that can meet the required service turnaround time. As the Trust is not in a position to release the urgently required capital investment to upgrade its own sterile services department, the Trust Board has determined that an outsourced service is necessary. There is only one provider with the capability and capacity to deliver such sterile services within the required service turnaround time and any competitive process would not elicit any acceptable competitive process. The award of this negotiated contract will guarantee an MDD compliant service with no disruption to clinical procedures and on a value-for-money basis.
|