University of Essex is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | T476 Understanding Society: Blood Analysis Service |
Notice type: | Contract Notice |
Authority: | University of Essex |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | We are inviting tenders from laboratories which have the capacity to undertake Blood analysis of relatively large numbers of blood samples to produce the analytes listed below. A key concern is that all of the analysis is conducted as effectively as possible (i.e. using minimal amounts of blood) to maintain the best stock for future use. ISER will organise and cover the costs of transport of samples from the storage facility to the selected laboratory. The results of the analysis should be returned to ISER together with an identifier associated with each sample and any quality issues encountered. |
Published: | 10/07/2013 10:55 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University of Essex
Central Purchasing Unit (Estates Management Section), Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
Tel. +44 1206872068, Fax. +44 1206872937, Email: procure@essex.ac.uk, URL: http://www.essex.ac.uk, URL: http://www.essex.ac.uk/purchasing/unrestricted/contracts.shtm
Contact: Central Procurement Unit, Attn: Adrian Woodmore
Electronic Access URL: https://www.delta-esourcing.com/delta/index.html
Electronic Submission URL: https://www.delta-esourcing.com/delta/index.html
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:
Body governed by public law
I.3) Main activity:
Education
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: T476 Understanding Society: Blood Analysis Service
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
Region Codes: UKH3 - Essex
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:
Blood analysis services. We are inviting tenders from laboratories which have the capacity to undertake Blood analysis of relatively large numbers of blood samples to produce the analytes listed below. A key concern is that all of the analysis is conducted as effectively as possible (i.e. using minimal amounts of blood) to maintain the best stock for future use. ISER will organise and cover the costs of transport of samples from the storage facility to the selected laboratory. The results of the analysis should be returned to ISER together with an identifier associated with each sample and any quality issues encountered.
II.1.6)Common Procurement Vocabulary:
85111810 - Blood analysis services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
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:
There are approximately 13,500 samples to be tested. It is envisaged that a minimum of 8 tests will be performed on all of the samples, but there are also a further 4 tests that are desired and whether these extra desired tests are also performed is dependent on overall costs due to a finite budget for the project, and the quantity of blood sample used.
Estimated value excluding VAT:
Range between: 750,000 and 1,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Starting: 01/10/2013
Completion: 30/09/2014
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:
The right is reserved to require a parent company guarantee and or suitable performance bond or bank guarantees to secure any advance payments/warranty or maintenance as felt appropriate or any other form of guarantee that the University may deem necessary.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please refer to the Tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The University requests that the bidders form a single legal entity at all times including in the event of a consortium in order that the roles and liabilities are clear and that the correct relevant insurance is obtained as detailed within the PQQ element of the tender documents.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
This contract must conform to the European Regulations for Blood Tissue of which information is contained within the Tender documents.
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.
The Tender documents detailed the minimum score required in the PQQ and ITT sections in order for a submission to be fully evaluated. The University reserves the right to reject any submission which fails to meet the minimum criteria set out in the documents without any further evaluation being made to reach a final score of any section.
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.
Information and formalities necessary for evaluating if requirements are met:
As detailed fully within the PQQ section of the Tender document.
Minimum Level(s) of standards possibly required:
As detailed fully within the PQQ section of the Tender document.
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(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;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
Information and formalities necessary for evaluating if requirements are met:
As detailed fully within the PQQ section of the Tender document.
Minimum Level(s) of standards possibly required:
As detailed fully within the PQQ section of the Tender document.
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: Yes
If yes, reference to relevant law, regulation or administrative provision:
As per European Directive 2002/98/EC. An extract as follows:-.
Personnel directly involved in the collection, testing, processing, storage and distribution of blood and blood components need to be appropriately qualified and provided with timely and relevant training, without prejudice to existing Community legislation on the recognition of professional qualifications and on the protection of workers.
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: T476
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: 23/08/2013
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 27/08/2013
Time: 12:00
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 month(s): 6
IV.3.8)Conditions for opening tenders
Date: 27/08/2013
Time: 12:00
Place:
Colchester
Persons authorised to be present at the opening of tenders: Yes
Procurement Manager, Principle Investigator and representative of Finance responsible for budget.
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Colchester:-Blood-analysis-services./T7848V5958
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T7848V5958
GO-2013710-PRO-4943553 TKR-2013710-PRO-4943552
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
University of Essex
Wivenhoe Park, Colchester, CO43SQ, United Kingdom
Tel. +44 1206872068, Email: procure@essex.ac.uk, URL: www.essex.ac.uk/purchasing
VI.4.2)Lodging of appeals: In accordance with Regulation 32 (Information about
contract award procedures and the application of a standstill period prior to contract award) and Regulation 47 (Enforcement of Obligations) of
the Public Contract Regulations 2006.
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: 10/07/2013
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Colchester: Blood analysis services.
I.1)Name, Addresses and Contact Point(s):
University of Essex
Central Purchasing Unit (Estates Management Section), Wivenhoe Park, Colchester, CO4 3SQ, United Kingdom
Tel. +44 1206872068, Fax. +44 1206872937, Email: procure@essex.ac.uk, URL: http://www.essex.ac.uk, URL: http://www.essex.ac.uk/purchasing/unrestricted/contracts.shtm
Contact: Central Procurement Unit, Attn: Adrian Woodmore
Electronic Access URL: https://www.delta-esourcing.com/delta/index.html
Electronic Submission URL: https://www.delta-esourcing.com/delta/index.html
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Education
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: T476 Understanding Society: Blood Analysis Service
II.1.2)Type of contract and location of works:
SERVICES
Service Category: 25
Do you agree to the publication of this notice?: Yes
Region Codes: UKH3 - Essex
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Blood analysis services. We are inviting tenders from laboratories which have the capacity to undertake Blood analysis of relatively large numbers of blood samples to produce the analytes listed below. A key concern is that all of the analysis is conducted as effectively as possible (i.e. using minimal amounts of blood) to maintain the best stock for future use. ISER will organise and cover the costs of transport of samples from the storage facility to the selected laboratory. The results of the analysis should be returned to ISER together with an identifier associated with each sample and any quality issues encountered.
II.1.5)Common procurement vocabulary:
85111810 - Blood analysis services.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Lowest offer: 431,055 /Highest offer: 1,435,320
Currency: GBP
Excluding VAT: Yes
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:
Criteria - Weighting
T1.1 Proposal: Meeting the Requirements - 30
T1.2 Proposal: Communication to Stakeholders - 10
T1.3 Proposal: Quantity of Blood required - 10
T2.1 Logistics: Project Programme - 7
T2.2 Logistics: Tracking & Labelling Procedures - 8
T3.1 Costs, Lump Sum of Mandatory 8 tests - 15
T3.2 Costs, Lump Sum of Desired 4 tests - 8
T3.3 Costs: Any other fixed costs - 7
T3.4 Costs: Efficiencies - 5
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: T476
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2013/S 134 - 232619 of 12/07/2013
Section V: Award Of Contract
1: Award And Contract Value
Contract No: T476
V.1)Date Of Contract Award: 02/12/2013
V.2) Information About Offers
Number Of Offers Received: 8
Number Of Offers Received By Electronic Means: 8
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: The Newcastle upon Tyne Hospitals NHS Foundation Trust
Postal address: Freeman Hospital, Freeman Road, High Heaton
Town: Newcastle
Postal code: NE7 7DN
Country: United Kingdom
Email: russell.watkins@nuth.nhs.uk
Telephone: +44 7947846640
Fax: +44 1912131968
Internet address: www.newcastle-hospitals.org.uk/
V.4)Information On Value Of Contract
Initial estimated total value of the contract
Value: 896,670
Currency: GBP
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=87945115
GO-201426-PRO-5443713 TKR-201426-PRO-5443712
VI.3.1)Body responsible for appeal procedures:
University of Essex
Wivenhoe Park, Colchester, CO43SQ, United Kingdom
Tel. +44 1206872068, Email: procure@essex.ac.uk, URL: www.essex.ac.uk/purchasing
VI.3.2)Lodging of appeals: In accordance with Regulation 32 (Information about
contract award procedures and the application of a standstill period prior to contract award) and Regulation 47 (Enforcement of Obligations) of
the Public Contract Regulations 2006.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 06/02/2014