Nursing and Midwifery Council: RT386 Provision of Toxicology Services to the Nursing and Midwifery Council (NMC)

  Nursing and Midwifery Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: RT386 Provision of Toxicology Services to the Nursing and Midwifery Council (NMC)
Notice type: Contract Notice
Authority: Nursing and Midwifery Council
Nature of contract: Services
Procedure: Open
Short Description: The NMC investigates allegations relating to misconduct, lack of competence, health or criminal cautions/convictions against registrants. We wish to appoint a provider to undertake toxicology services where this is relevant to our enquiries. Medical testing is commonly required in matters involving alcohol and drugs, for instance drink drive convictions, concerns about alcohol use ‎in the work place and theft of drugs for personal use. The NMC are intending through this procurement process to enter into a contract with one organisation.On admission or readmission to the NMC register, a nurse or midwife will have to show that they are capable of safe and effective practise and that they are in good health. The NMC require the provision of blood, urine, nail and hair testing services across the UK to provide reports for use by the FtP department in its hearings.
Published: 21/01/2016 16:12
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Services provided by medical laboratories.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Nursing and Midwifery Council
      23 Portland Place, London, W1B 1PZ, United Kingdom
      Tel. +44 2076815434, Email: sarah.carpenter@nmc-uk.org, URL: www.nmc-uk.org
      Contact: Procurement, Attn: Sarah Carpenter
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      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:
      Other: Healthcare Regulation

   I.3) Main activity:
      Other: Regulation

   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: RT386 Provision of Toxicology Services to the Nursing and Midwifery Council (NMC)
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 25

         Region Codes: UKI - 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:
      Services provided by medical laboratories. Medical analysis services. The NMC investigates allegations relating to misconduct, lack of competence, health or criminal cautions/convictions against registrants. We wish to appoint a provider to undertake toxicology services where this is relevant to our enquiries. Medical testing is commonly required in matters involving alcohol and drugs, for instance drink drive convictions, concerns about alcohol use ‎in the work place and theft of drugs for personal use. The NMC are intending through this procurement process to enter into a contract with one organisation.On admission or readmission to the NMC register, a nurse or midwife will have to show that they are capable of safe and effective practise and that they are in good health. The NMC require the provision of blood, urine, nail and hair testing services across the UK to provide reports for use by the FtP department in its hearings.
         
      II.1.6)Common Procurement Vocabulary:
         85145000 - Services provided by medical laboratories.
         
         85148000 - Medical analysis services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      Not Provided      
      
      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: 36 (from the award of the contract)

   Information About Lots
               
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:
      Payment will be made 30 on receipt of a correct and authorised and agreed invoice submitted by the supplier.
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The authority reserves the right to require groupings of economic operators to take a particular legal form or to require a single economic operator to take primary liability for a contract to be performed by a group of economic operators or to require each party to undertake joint and several liability in respect of the entire contract irrespective of the form grouping take.
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
         
         Minimum Level(s) of standards possibly required:
         As set out in the invitation to tender.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
      
      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: No       
      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: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      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: RT386 Provision of Toxicology Services to the Nursing and Midwifery Council      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 22/02/2016
      Time-limit for receipt of requests for documents or for accessing documents: 15:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 25/02/2016
         Time: 15:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
         Duration in days: 90
      
      IV.3.8)Conditions for opening tenders
         Date: 25/02/2016
         Time: 15:00
         Persons authorised to be present at the opening of tenders: No


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: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Services-provided-by-medical-laboratories./2Z8S6M6DUB

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/2Z8S6M6DUB
GO-2016121-PRO-7609363 TKR-2016121-PRO-7609362
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Nursing and Midwifery Council
      23 Portland Place, London, W1B 1PZ, United Kingdom
      Tel. +44 2076815434, Email: procurement@nmc-uk.org

      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: 21/01/2016

ANNEX A

View any Notice Addenda

View Award Notice