Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Supplies - 64309-2019

11/02/2019    S29

United Kingdom-Sheffield: Radio-isotopes

2019/S 029-064309

Contract notice

Supplies

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Postal address: Savile Street East
Town: Sheffield
NUTS code: UK UNITED KINGDOM
Postal code: S4 7UQ
Country: United Kingdom
E-mail: paul.dunn-jones@noecpc.nhs.uk
Internet address(es):
Main address: https://in-tendhost.co.uk/noecpc
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/noecpc
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Health

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Radiopharmaceuticals and Related Consumables

Reference number: CPC 02089
II.1.2)Main CPV code
09344000 Radio-isotopes
II.1.3)Type of contract
Supplies
II.1.4)Short description:

This will be a renewal of the previous NOECPC framework for the provision of radiopharmaceuticals and associated consumables; which over its lifetime had delivered a high level of service and supply throughout its duration. The framework will provide an one stop solution to assist Trusts with:

— nuclear medicine therapy,

— nuclear medicine diagnostic non-imaging,

— nuclear medicine diagnostic imaging.

II.1.5)Estimated total value
Value excluding VAT: 40 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
09344000 Radio-isotopes
33600000 Pharmaceutical products
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UNITED KINGDOM plus Isle of Man.

II.2.4)Description of the procurement:

The below-listed Authorities (plus those entities listed at Section II.2.11) and Section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval.

Barnsley Facilities Services Ltd (wholly owned subsidiary of Barnsley Hospital NHS Foundation Trust)

Bradford Teaching Hospitals NHS FT

Calderdale and Huddersfield NHS FT

Chesterfield Royal Hospital NHS FT

Derbyshire Community Health Services NHS FT

Doncaster and Bassetlaw Hospitals NHS FT

East Suffolk and North Essex NHS Foundation Trust

Harrogate and District NHS FT

Harrogate Healthcare Facilities Management Ltd (wholly owned subsidiary of Harrogate and District NHS FT)

Humber NHS FT

Isle of Man Government Department of Health and Social Care James Paget University Hospitals NHS FT

Leeds and York Partnership NHS FT

Leeds Community Healthcare NHS Trust

Leeds Teaching Hospitals NHS Trust

Leicester Partnership NHS Trust

Lincolnshire Community Health Services NHS Trust

Lincolnshire Partnership NHS Foundation Trust

Locala Community Partnerships

CIC Mid Yorkshire Hospitals NHS Trust NHFML (wholly owned subsidiary of Northumbria Healthcare NHS FT)

North Cumbria University Hospitals NHS Trust

North Tees and Hartlepool Solutions LLP (wholly owned subsidiary of North Tees and Hartlepool NHS Foundation Trust)

Northern Lincolnshire and Goole NHS FT

Nottingham University Hospitals NHS Trust

QE Facilities Ltd (wholly owned subsidiary of Gateshead Health NHS Foundation Trust)

Salisbury NHS FT Sheffield Children's NHS FT

Sheffield Health and Social Care NHS FT

Sheffield Teaching Hospitals NHS Foundation Trust

Sherwood Forest Hospitals NHS FT

Southport and Ormskirk Hospital NHS Trust

Stockport NHS Foundation Trust

Synchronicity Care Ltd (a wholly owned subsidiary of County Durham and Darlington NHS Foundation Trust)

T/A CDD Services

The Newcastle upon Tyne Hospitals NHS FT

The Queen Elizabeth Hospital King's Lynn NHS FT

The Rotherham NHS FT

United Lincolnshire Hospitals NHS Trust

University Hospitals Birmingham NHS Foundation Trust

University Hospitals of Derby and Burton NHS Foundation Trust

University Hospitals of Leicester NHS Trust

West Lancashire CCG

York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York Teaching Hospitals NHS FT)

York Teaching Hospitals NHS FT

Yorkshire Ambulance Service NHS Trust

NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this Framework Agreement during the contract term. See Section II.2.11) for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 40 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/05/2019
End: 30/04/2023
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations:

The NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

NHS Improvement: https://improvement.nhs.uk/

Department of Health: https://www.gov.uk/government/organisations/department-of-health

Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/ NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via clinical commissioning groups supported by commissioning support units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.

CCG: https://www.england.nhs.uk/resources/ccg-directory/

CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/

The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

(a) who are a party to any of the following contracts:

— General Medical Services (GMS),

— Personal Medical Services (PMS),

— Alternative Provider Medical Services (APMS); and/or

(b) commissioned by NHS England or other organisations involved in commissioning or overseeing general practitioner services, as described above. The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services — GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services at:

NHS Wales (National Health Service for Wales) including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure

NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

Health and social care services in Northern Ireland (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/

Social Enterprise UK: https://www.socialenterprise.org.uk

Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils).

Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council

Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

Continued at Section VI.3) Additional Information.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056).

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

See SQ/ITT

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
In the case of framework agreements, provide justification for any duration exceeding 4 years:

Not applicable

IV.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

Participating Authorities reserve the right to undertake electronic auctions in the awarding of call-offs under this Framework Agreement.

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 08/03/2019
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/03/2019
Local time: 12:00
Place:

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

VI.4)Procedures for review
VI.4.1)Review body
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

VI.5)Date of dispatch of this notice:
06/02/2019