Royal Brompton and Harefield NHS Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Service to supply Aseptic Pharmaceuticals |
Notice type: | Contract Notice |
Authority: | Royal Brompton and Harefield NHS Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | The Royal Brompton & Harefield NHS Foundation Trust is seeking expression of interest from suppliers, capable of suppyling Aseptic Pharmaceuticals The Royal Brompton & Harefield NHS Foundation Trust is the largest specialist heart and lung centre in the UK and amongst the largest in Europe. The Trust is based on two sites, the Royal Brompton Hospital site is in Chelsea and the Harefield Hospital site is near Uxbridge. |
Published: | 05/08/2013 12:21 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Royal Brompton and Harefield NHS Trust
Sydney Street, London, SW3 6NP, United Kingdom
Tel. +44 2073518956, Email: w.wilson2@rbht.nhs.uk
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Health
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Service to supply Aseptic Pharmaceuticals
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
Region Codes: UKI1 - Inner London
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Medical equipments, pharmaceuticals and personal care products. The Royal Brompton & Harefield NHS Foundation Trust is seeking expression of interest from suppliers, capable of suppyling Aseptic Pharmaceuticals
The Royal Brompton & Harefield NHS Foundation Trust is the largest specialist heart and lung centre in the UK and amongst the largest in Europe. The Trust is based on two sites, the Royal Brompton Hospital site is in Chelsea and the Harefield Hospital site is near Uxbridge.
II.1.6)Common Procurement Vocabulary:
33000000 - Medical equipments, pharmaceuticals and personal care products.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Not Provided
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: All lots
II.1.9)Information about variants:
Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Interested suppliers must be able to provide the following services:
1.TPN (Total Parenteral Nutrition) for adult on both sites and paediatrics on the Royal Brompton site only.
2.CIVAS (Central Intravenous Additive Service) for antimicrobials for adults & paediatric which includes short dated and patient specific products and a small number of miscellaneous aseptic products. This service is required mainly for the Royal Brompton Hospital site.
3.Aseptically reconstituted clinical trials predominately for the Royal Brompton Hospital site.
4.Aseptically reconstituted gene therapy clinical trials predominately for the Royal Brompton Hospital site but a service may also be required for Harefield Hospital.
The Trust requires the contractor(s) to provide a reliable and punctual service Monday to Friday with the possibility that deliveries will be required on a Saturday morning.
The pharmaceuticals must be of the highest quality and prepared in facilities that comply with current European, UK Medicines and Healthcare Product Regulatory Authority (MHRA) and NHS requirements for aseptic production. Changes caused by circulars or instructions from any of these bodies will be treated as changes to relevant guidelines and/or law and may lead to re-negotiation or re-tender. It is assumed that the contractor will be fully compliant with all such requirements.
When considering the tenders, quality of product and service, track record of the tendering agency, and cost effectiveness will be major considerations.
The length of the contract will be for 5 years with an option to review after 3 years and an option to extend for a further 2 years making a potential contract length of 7 years.
The Trust would prefer to contract with one supplier but submissions for one or more parts of the service will be considered.
Estimated value excluding VAT:
Range between: 550,000 and 580,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Lot No: 1
Title: As per lots indicated in point II.2.1) Total quantity or scope
1)Short Description:
As per above
2)Common Procurement Vocabulary:
33000000 - Medical equipments, pharmaceuticals and personal care products.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Not Provided
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Not Provided
III.2.3)Technical capacity
Technical capacity - means of proof required
Not Provided
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: Not Provided
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Not Provided
IV.2)Award Criteria
IV.2.1)Award criteria: Not Provided
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: RBHT/C&P/T1000
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 04/09/2013
Time: 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 04/10/2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=69607586
GO-201385-PRO-5011655 TKR-201385-PRO-5011654
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
The Royal Brompton & Harefield NHS Foundation Trust
Sydney Street, London, SW3 6NP, United Kingdom
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 05/08/2013
ANNEX A