Social and other specific services – public contracts
Prior information notice - This notice is a call for competition
Section I: Contracting
authority
I.1) Name and addresses
Buckinghamshire Council
11th Floor, New County Offices, Walton Street
Aylesbury
HP20 1YU
UK
Contact person: Mr Adrian Ratcliff
Telephone: +44 1296383337
E-mail: adrian.ratcliff@buckinghamshire.gov.uk
NUTS: UKJ13
Internet address(es)
Main address: https://buckinghamshire.gov.uk
Address of the buyer profile: https://buckinghamshire.gov.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.supplybucksbusiness.org.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.supplybucksbusiness.org.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Coroner Service – Body Storage, Mortuary Provision, Histology and Toxicology
Reference number: DN509662
II.1.2) Main CPV code
85000000
II.1.3) Type of contract
Services
II.1.4) Short description
Buckinghamshire Council is seeking to place two contracts – one for the body storage, mortuary provision and histology (lot 1), and one for toxicology (lot 2). The contracts will commence on site on 1 April 2021 and end on the 31 March 2026.The contracts may be extended by one further 2 year period, and then one further 1 year period.
The Buckinghamshire Coroner jurisdiction covers the territorial county of Buckinghamshire, excluding Milton Keynes. The coronial jurisdiction contains major transport links consisting of motorways, A-roads, underground and mainline railways, as well as an airport. It also has one healthcare trust, a mental health unit and two prisons. As with all Coroners, the Buckinghamshire Coroner works to the Coroners and Justice Act 2009.
The current population of Buckinghamshire is 540 000 and with 13 % growth anticipated by 2036.
There is a well-established medical examiner service in place at Stoke Mandeville Hospital which reviews all hospital deaths, and there is a statutory requirement for this to include all community deaths by April 2022.
The contract spend for lot 1 is estimated to be GBP 255 000 per annum and lot 2 it is estimated to be GBP 60 000 per annum. Therefore the total contract spend per annum is estimated to be GBP 315 000 for both lots.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Fully Inclusive Mortuary Services and Post Morten Facilities, Including Invasive and Non-Invasive Post Mortems
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKJ13
II.2.4) Description of the procurement
Lot 1: to provide accommodation, facilities and staff to provide for full and immediate post mortems, including paediatrics, high risk and Home Office forensic post mortems.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Toxicology Provision
II.2.2) Additional CPV code(s)
85000000
II.2.3) Place of performance
NUTS code:
UKJ13
II.2.4) Description of the procurement
Lot 2: The service provider will be required to analyse tissue and body fluids obtained during the post mortem examination for the detection of substances and assist the Coroner to investigate sudden and unexplained deaths within their area of remit, in accordance with the Coroners and Justice Act 2009.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.4) Objective rules and criteria for participation
All criteria are stated in the procurement documents accessed via http://www.supplybucksbusiness.org.uk
Award criteria: quality 60, price 40.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As set out in the procurement documents accessed via http://www.supplybucksbusiness.org.uk
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.2) Administrative information
IV.2.2) Time limit for receipt of expressions of interest
Date:
21/12/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Buckinghamshire Council
Walton Street
Aylesbury
HP20 1UA
UK
E-mail: procurement@buckinghamshire.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Council will incorporate a standstill period at the point when information on the award of the contract is communicated to tenderers. The standstill period will be for a minimum of 10 calendar days, and provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice
17/11/2020