web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Sheffield: Radiopharmaceuticals and Related Consumables

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2019/S 153-376700/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Contract award notice
Supplies

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
Postal code: S4 7UQ
Country: United Kingdom
Contact Person: Paul Dunn-Jones
Email: procurement@noecpc.nhs.uk
Internet address(es):
Main address:

The contract is awarded by central purchasing body
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
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 a one stop solution to assist trusts with:
— nuclear medicine therapy,
— nuclear medicine diagnostic non-imaging,
— nuclear medicine diagnostic imaging.
II.1.6) Information about lots:
The contract is divided into lots: no
II.1.7) Total value of the procurement(excluding VAT)
Value:40000000
Currency:GBP
II.2) Description
II.2.2)Additional CPV code(s)
Main CPV code: 09344000
Main CPV code: 09344000

II.2.3) Place of performance
Nuts code: UK
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: 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

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: Clinical Commissioning Groups: Area Teams: Special Health Authorities: NHS Improvement: Department of Health: Arm’s Length Bodies: Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: NHS England: 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: CSU: The Clinical Commissioning Board, Area Teams: 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: NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: 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: Social Enterprise 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: Local Authority 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: 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 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
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:2019/S 029-064309
Section V: Award of contract
Title: Radiopharmaceuticals and Associated Consumables

A contract/lot is awarded yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract:2019-04-25
V.2.2) Information about tenders
Number of tenders received:5
Number of tenders received from SMEs:4
Number of tenders received from other EU Member States:0
Number of tenders received from non-EU Member States:0
Number of tenders received by electronic means:5
The contract has been awarded to a group of economic operators: yes
V.2.3) Name and address of the contractor
Official name: Biocompatibles UK Ltd
National registration number: 4305025
Postal address: Lakeview, Riverside Way, Watchmoor Park
Town: Camberley
Postal code: GU15 3YL
Country: United Kingdom
Email: giuseppe.monita@btgplc.com
Nuts code: UK
The contractor is an SME yes
Official name: Curium Pharma UK Ltd
National registration number: 9347432
Postal address: Building 1000, Lakeside, North Harbour, Western Way
Town: Portsmouth
Postal code: PO6 3EZ
Country: United Kingdom
Email: uk.salesops@curiumpharma.com
Nuts code: UK
The contractor is an SME yes
Official name: Diagnostic Imaging Ltd
Postal address: Diagnostic Imaging Ltd, Elkington Lodge
Town: Welford
Postal code: NN6 6HE
Country: United Kingdom
Email: mikebarker@diagimaging.com
Nuts code: UK
The contractor is an SME yes
Official name: GE Healthcare Ltd
National registration number: 1002610
Postal address: Pollards Wood, Nightingales Lane
Town: Chalfont St Giles
Postal code: HP8 4SP
Country: United Kingdom
Email: core.imaging@ge.com
Nuts code: UK
The contractor is an SME no
Official name: Imaging Equipment Ltd
National registration number: 4189193
Postal address: The Barn, Manor Farm, Chilcompton
Town: Somerset
Postal code: BA3 4HP
Country: United Kingdom
Nuts code: UK
The contractor is an SME yes

V.2.4) Information on value of the contract/lot(excluding VAT)
Initial estimated total value of the contract/lot: 40000000
Total value of the contract/lot:40000000
Currency:GBP

Section VI: Complementary information
VI.3) Additional information:
For details of the list of eligible entities who may utilise the resulting agreement(s), subject to the prior agreement of NOE CPC, please refer to the original contract notice Section II.2.4 — Description of Procurement Section II.2.11 — Information about options Section 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
Postal address: Savile Street East
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
E-mail: procurement@noecpc.nhs.uk
Internet address:

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.4.4) Service from which information about the review procedure may be obtained
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
Postal code: S4 7UQ
Country: United Kingdom
E-mail: procurement@noecpc.nhs.uk
Internet address:

VI.5) Date of dispatch of this notice:
2019-08-06