web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Manchester: Drug detection apparatus

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 156-324361/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Mixed global and partial bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
NHS Shared Business Services Ltd (NHS SBS)
Halyard Court, 31 Broadway, The Quays
Manchester
Postal code: M50 2UW
United Kingdom
For the attention of: Rabia Khan
Phone: +44 1612123700
Email: rabia_khan@nhs.net
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Electronic access to information:
Electronic submission of tenders and requests to participate:
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
OTHER: Joint venture between The Department of Health and SopraSteria
I.3) Main activity: General public services,Health
I.4) Contract award on behalf of other contracting authorities/entities:
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/entity:
Point of Care Testing: Drugs of Abuse.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Main site or location of works, place of delivery or of performance: Nationwide framework.
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 15
Duration of the framework agreement in months: 48
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 and 280 000 000 GBP
II.1.5) Short description of the specific contract:
The aim of the project is to set up a new framework for Point of Care Testing: Drugs of Abuse which includes both products and services, predominantly for use in Mental Health and Acute Trust settings, but with a view that there may also be interest from other public sector organisations such as HMP and Police Forces. The framework will cover:
The provision of diagnostic test cassettes and strips for use with urine.
The provision of diagnostic tests for use with oral fluid.
The provision of diagnostic tests for use with hair.
The provision of analysers for drug and alcohol testing.
Confirmation and classification testing of non-negative samples.
Operational Outsourcing for Point of care Testing: Drugs of Abuse.
II.1.6) Common procurement vocabulary (CPV): 38544000, 33696500, 33696300, 38500000, 38540000, 38434000, 38434500, 33124131, 33696700
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The contract is divided into lots: Yes. Tenders may be submitted for one or more lots
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:
Estimated value excluding VAT:
Range: between 1 and 280 000 000 GBP
II.2.2) Information about options:
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:
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1; Lot title: Point of Care Testing/Screening Products — Urine
1) Short description: Point of Care Testing/Screening Products to test for presence of drugs and / or alcohol for use with patient or donor Urine samples.
2) Common procurement vocabulary (CPV): 38544000,33696500,33696300,38500000,38540000,38434000,38434500,33124131,33696700
3) Quantity or scope:

Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 2; Lot title: Point of Care Testing/Screening Products — Oral Fluids
1) Short description: Point of Care Testing/Screening Products to test for presence of drugs and / or alcohol for use with patient or donor Oral Fluid samples.
2) Common procurement vocabulary (CPV): 38544000,33696500,33696300,38500000,38540000,38434000,38434500,33124131,33696700
3) Quantity or scope:

Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 3; Lot title: Point of Care Testing/Screening Products — Hair
1) Short description: Point of Care Testing/Screening Products used to collect patient or donor Hair samples for testing.
2) Common procurement vocabulary (CPV): 38544000,33696500,33696300,38500000,38540000,38434000,38434500,33124131,33696700
3) Quantity or scope:

Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 4; Lot title: Point of Care Analysers and Associated Consumables
1) Short description: Provision of Point of Care Analysers and associated consumables for use with urine, oral fluid and / or hair samples, to test for presence of drugs of abuse and / or alcohol.
2) Common procurement vocabulary (CPV): 38544000,33696500,33696300,38500000,38540000,38434000,38434500,33124131,33696700
3) Quantity or scope:

Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 5; Lot title: Alcohol Testing Devices, inc. Breath Analysers, Continuous Monitoring and Associated Consumables
1) Short description: Provision of Alcohol Testing Devices, including Breath Analysers, Continuous Monitoring and Associated Consumables.
2) Common procurement vocabulary (CPV): 38544000,33696500,33696300,38500000,38540000,38434000,38434500,33124131,33696700
3) Quantity or scope:

Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 6; Lot title: Confirmation/Classification Testing/Screening of Non-Negative Samples
1) Short description: Provision of a confirmation / classification testing / screening service for non-negative samples of patient / donor urine, oral fluid and / or hair samples.
2) Common procurement vocabulary (CPV): 38544000,33696500,33696300,38500000,38540000,38434000,38434500,33124131,33696700
3) Quantity or scope:

Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional information about lots:

Lot No: 7; Lot title: Operational Outsourcing of Services
1) Short description: Provision of a full or partial outsourced service for drugs of abuse and / or alcohol testing of patient / donor urine, oral fluid and / or hair samples.
2) Common procurement vocabulary (CPV): 38544000,33696500,33696300,38500000,38540000,38434000,38434500,33124131,33696700
3) Quantity or scope:

Estimated value excluding VAT: GBP
4) Indication about different date for duration of contract or starting/completion:
5) Additional 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:
Details will be included in the procurement documentation available for download from EU Supply eTendering portal:
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be included in the procurement documentation available for download from EU Supply eTendering portal:
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Details will be included in the procurement documentation available for download from EU Supply eTendering portal:
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:
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met:
This procurement exercise will be conducted on the EU supply eTendering portal at:
Candidates wishing to be considered for this agreement must register their expression of interest and provide additional procurement specific information through this portal. To register interest:
1) Go to ‘Current Tender Opportunities’ from the eTendering portal login page:
2) Find the tender listed and click on the title. This will take you to the letter of invitation.
3) If you are not a registered user of EU Supply follow the ‘Online registration’ link otherwise follow the ‘Login’ link and enter username and password.
4) Once logged in ‘Accept’ the invitation to register your interest in the opportunity. You will then be taken direct to the tender response screen.
5) Go to the ‘Access Documents’ folder on the response screen to view and download tender documentation.
Further guidance on how to access and respond to the opportunity is available in the ‘Quick Guide for Suppliers’
which is available for downloading from the main portal login page: (follow link: ‘Quick Guide for Suppliers’).
For any support in submitting your response please contact EU Supply Helpdesk at support@eu-supply.com (Tel: 0800 840 2050) quoting the tender ID number.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Details will be included in the procurement
documentation available for download from EU supply
eTendering portal: https//nhssbs.eu-supply.com
Minimum level(s) of standards possibly required: Details will be included in the procurement
documentation available for download from EU supply
eTendering portal: https//nhssbs.eu-supply.com
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if the requirements are met: Details will be included in the procurement
documentation available for download from EU supply
eTendering portal: https//nhssbs.eu-supply.com.
Minimum level(s) of standards possibly required: Details will be included in the procurement
documentation available for download from EU supply
eTendering portal: https//nhssbs.eu-supply.com.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
III.3.2) Staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: yes
Additional information about electronic auction: NHS SBS reserves the right to use electronic auction during the course of the framework.
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
SBS/17/RK/KCA/9128
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:

IV.3.4) Time limit for receipt of tenders or requests to participate:
18.09.2017 – 12:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Date: 18.09.2017 – 12:00
Persons authorised to be present at the opening of tenders: no.

Section VI: Complementary information
VI.1) Information about recurrence:
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 framework will be for the benefit of Public sector bodies, including any statutory and other successor organisations to any of the foregoing and in addition any other commissioners (whether alone of jointly with any other organisation), providers and regulators of NHS funded (either in whole or in part) services including practice based commissioning consortia, general practice commissioning consortia, NHS England (and all sub national offices including any body obtaining new membership to NHS Shared Business Services Ltd.
Participating Authorities
RTK Ashford and St. Peter’s Hospitals NHS Foundation Trust
RF4 Barking, Havering and Redbridge Hospital NHS Trust
RQ3 Birmingham Children’s Hospital NHS Foundation Trust
RMR Blackpool Teaching Hospitals NHS Foundation Trust
RMC Bolton NHS Foundation Trust
TAD Bradford District Care NHS Foundation Trust
RAE Bradford Teaching Hospitals NHS Foundation Trust
RY2 Bridgewater Community Healthcare NHS Trust
NQV Bromley Healthcare Ltd
RV3 Central and North West London NHS Foundation Trust
RW3 Central Manchester University Hospitals NHS Foundation Trust
RNN Cumbria Partnership NHS Foundation Trust
RY8 Derbyshire Community Health Services NHS Foundation Trust
RXM Derbyshire Healthcare NHS Foundation Trust
RP5 Doncaster and Bassetlaw Hospitals NHS Foundation Trust
RJN East Cheshire NHS Trust
RXR East Lancashire Hospitals NHS Trust
RWK East London NHS Foundation Trust
RX9 East Midlands Ambulance Service NHS Trust
RWH East & North Hertfodshire NHS Trust
RVR Epsom and St. helier University Hospitals NHS Trust
RXV Greater Manchester West Mental Health NHS Foundation Trust
RN5 Hampshire Hospitals NHS Foundation Trust
R1F Isle of Wight NHS Trust
RW5 Lancashire Care NHS Foundation Trust
RXN Lancashire Teaching Hospitals NHS Foundation Trust
RGD Leeds and York Partnership NHS Foundation Trust
RY6 Leeds Community Healthcare NHS Trust
RJ2 Lewisham and Greenwich NHS Trust
RBQ Liverpool Heart & Chest Hospital NHS Foundation Trust
TAE Manchester Mental Health & Social Care Trust
NQ7 Medway Community Healthcare
RW4 Mersey Care NHS Trust
RD8 Milton Keynes Hospital NHS Foundation Trust
T53 National Institute for Health and Care Excellence (NICE)
RX7 North West Ambulance Service NHS Trust
RTV North West Boroughs Healthcare NHS Foundation Trust
RGM Papworth Hospital NHS Foundation Trust
RT2 Pennine Care NHS Foundation Trust
NR5 Plymouth Community Healthcare
RK9 Plymouth Hospitals NHS Trust
RHU Portsmouth Hospitals NHS Trust
RA2 Royal Surrey County Hospital NHS Foundation Trust
RM3 Salford Royal NHS Foundation Trust
RYE South Central Ambulance Service NHS Foundation Trust
RYD South East Coast Ambulance Service NHS Foundation Trust
RXG South West Yorkshire Partnership NHS Foundation Trust
RYF South Western Ambulance Service NHS Foundation Trust
RW1 Southern Health NHS Foundation Trust
RVY Southport and Ormskirk Hospital NHS Trust
RBN St. Helens & Knowsley NHS Trust
R1E Staffordshire & Stoke on Trent Partnership NHS Trust
RXX Surrey & Borders Partnership NHS Foundation Trust
RTP Surrey & Sussex Healthcare NHS Trust
RDR Sussex Community NHS Foundation Trust
RX2 Sussex Partnership NHS Foundation Trust
RBV The Christie Hospital NHS Foundation Trust
RM2 University Hospital of South Manchester NHS Foundation Trust
RHM University Hospital Southampton NHS Foundation Trust
RTX University Hospitals of Morecambe Bay NHS Foundation Trust
RWW Warrington and Halton Hospitals NHS Foundation Trust
RWP Worcestershire Acute Hospitals NHS Trust
R1A Worcestershire Health and Care NHS Trust
RRF Wrightington Wigan & Leigh NHS Foundation Trust
RA4 Yeovil District Hospital NHS Foundation Trust
NNV Your Healthcare Community Interest Company
X24 NHS England
00T NHS Bolton
00V NHS Bury
07P NHS Brent CCG
09A NHS Central London (Wesminster) CCG
01H NHS Cumbria CCG
00C NHS Darlington CCG
00D NHS Durham Dales, Easington and Sedgefield CCG
07W NHS Ealing CCG
08C NHS Hammersmith & Fulham CCG
08E NHS Harrow CCG
00K NHS Hartlepool and Stockton-On-Tees CCG
01D NHS Heywood, Middleton and Rochdale CCG
08G NHS Hillingdon CCG
07Y NHS Hounslow CCG
14L NHS Manchester CCG
13T NHS Newcastle Gateshead CCG
00J NHS North Durham CCG
99C NHS North Tyneside CCG
00L NHS Northumberland CCG
00Y NHS Oldham CCG
01G NHS Salford CCG
01W NHS Stockport CCG
00M NHS South Tees CCG
00N NHS South Tyneside CCG
00P NHS Sunderland CCG
01Y NHS Tameside and Glossop CCG
02A NHS Trafford CCG
T1490 NHS Trust Development Authority
08Y NHS West London CCG
02H NHS Wigan Borough CCG
This list may be subject to change and can include other organisations that are SBS members.
Associate members.
In addition the public sector bodies to whom the use of this contract / framework agreement will be open on an associate member basis may include the following:-
In addition the following public sector bodies will be able to use the Framework subject to the approval of NHS SBS:
Central Government Departments, Executive Agencies and NDPBs

National Health Service (NHS) bodies, including:
Acute Trusts:
Clinical Commissioning Groups:
Mental Health Trusts:
Ambulance Trusts:
Care Trusts:
Area Teams:
Special Health Authorities:
other English NHS bodies:
Arms Length Bodies:

NHS Trust Development Authority (TDA):

NHS England:
and other organisations involved in commissioning of primary care services via Clinical Commissioning Groups — CCGs supported by the Commissioning Support Units — CSU’s which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies 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: www.commissioningboard.nhs.uk/ccg-details/
CSU:
NHS Professional Regulator:

The NHS Commissioning Board and other organisations involved in commissioning or overseeing General Practitioner services and GP consortia which will be responsible for commissioning most aspects of NHS care (or equivalent body/bodies 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.
GP Practices: , and:
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 the NHS Commissioning Board or other organisations involved in commissioning or overseeing General Practitioner services, as described above.
Social Enterprises:
Local Authorities:

NHS Wales (National Health Service for Wales) including but not limited to: Welsh Health Boards, Primary care services — GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services:

Other Welsh Public Bodies — Welsh Local Authorities
NHS Scotland (National Health Service for Scotland) including but not limited to: NHS Boards, Hospitals, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, and community services, including those provided through community health centres and mental health services:

Other Scottish Public Bodies:- Scottish Government, Scottish Local Authorities, Scottish Agencies, NDPBs, Scottish Further and Higher Education Boards, Scottish Police, Scottish Fire and Rescue, Scotland Citizens Advice, Scottish Schools and Scottish Housing Associations.
NHS Northern Ireland (National Health Service for Northern Ireland) including but not limited to: Health and Social Care Trusts, Primary care Services GPs, pharmacies, dentists and optometrists, Hospital services, social care services and community services, including those provided through community health centres and mental health services:

Northern Ireland Public Bodies including Local Authorities, Schools, Police Service, Citizens Advice.
Hospices in the UK:

Local Authorities

(agents acting on behalf of Cheltenham Borough Council)
Any commercial, not-for-profit, or other charitable entity created, controlled and financed by a local authority or authorities with regard to provision of services captured by this framework
Police forces and other emergency services, including fire and rescue services, the maritime and coastguard agency and other rescue authorities (a list of police authorities and fire and rescue services can be found respectively at the following:

Educational establishments Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but NOT
Independent Schools

Registered Social Landlords (RSLs) or Private Registered Providers of social housing (PRPs), a list of such authorities being available at:
Third Sector and Registered charities, as detailed at:

Citizens Advice in the United Kingdom:

Devolved and other administrations with the British Isles, including those detailed at: (in the case of Scotland) , and , (in the case of Wales)
Her Majesty’s prison service as detailed at
The Ministry of Defence as detailed at
Isle of Man Government Health / Public Services

VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
NHS Shared Business Services
Chandlers Point Halyard Court 31 Broadway
Salford
Postal code: M50 2UW
United Kingdom
Phone: +44 1612123700
Email: rabia_khan@nhs.net
Internet address:
Body responsible for mediation procedures:
NHS Shared Business Services
United Kingdom
Internet address:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:OJEU procedures include a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to bidders. This period allows unsuccessful bidders to seek further debriefing from the contracting authority before the contract is entered into. Such information should be requested from NHS SBS. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 provide for 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). Any such action must be brought promptly.
VI.4.3) Service from which information about the lodging of appeals may be obtained:
NHS Shared Business Services
Chandlers Point Halyard Court 31 Broadway
Salford
Postal code: M50 2UW
United Kingdom
Phone: +44 1612123700
Email: rabia_khan@nhs.net
Internet address:
VI.5) Date of dispatch of this notice:
14.08.2017