
Market Leads & Opportunities
United Kingdom-Sheffield: X-ray contrast media
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 034-054633/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Savile Street East
Sheffield
Postal code: S4 7UQ
United Kingdom
For the attention of: Paul Dunn-Jones
Phone: +44 1143992011
Email: paul.dunn-jones@noecpc.nhs.uk
Internet Address(es):
General address of the contracting authority:
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:
Body governed by public law
I.3) Main activity: Health
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
See Clause II.1.2.B
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
CLI00371 — Contrast Media and related consumables.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: The following entities shall be eligible to become NOE CPC members in future and as such may utilise any resulting agreement(s) subject to the prior agreement of NOE CPC:
NOE CPC member bodies as listed at: and any additional new CPC members for the duration of the contract, plus any other NHS/Public Sector bodies located in England, Wales, Scotland and Northern Ireland, subject to the approval of NOE CPC, including but not limited to Acute Trusts, Foundation Trusts, Clinical Commissioning Groups, Ambulance Trusts, Care Trusts, Hospital Trusts, Mental Health Trusts, Community Health Trusts, Special Health Authorities, Health Boards, NHS Commissioning Boards, Commissioning Support Units and other health organisations (Wales, Scotland and Northern Ireland), Health and Social Care Trusts (Northern Ireland), Community Health Councils, Local Health Boards, Social Enterprises, NHS Collaborative Procurement Hubs/Organisations, GP Practices, Primary Care Commissioners, Department of Health, Public Health England and Local Authorities (where Local Authorities are engaged in the provision or commissioning of health related services, for example (but not limited to) the fields of healthcare, social care, early years care and public health).
For the avoidance of doubt the following is a list of our members on the date of publishing this notice:
Barnsley Hospital NHS Foundation Trust
Bedford Hospitals NHS Trust
Birmingham Cross City CCG
Birmingham South and Central CCG
Blackburn with Darwen CCG
Blackpool CCG
Burton Hospitals NHS Foundation Trust
Bradford Teaching Hospitals NHS Foundation Trust
Calderdale And Huddersfield NHS Foundation Trust
Cannock Chase CCG
Chesterfield Royal Hospital NHS Foundation Trust
Chorley and South Ribble CCG
Colchester Hospital University NHS Foundation Trust
Derby Hospitals NHS Foundation Trust
Derbyshire Community Health Services NHS Foundation Trust
Doncaster and Bassetlaw Hospitals NHS Foundation Trust
Dudley CCG
East Lancashire CCG
East Staffordshire CCG
Fylde and Wyre CCG
Gateshead Health NHS Foundation Trust
Greater Preston CCG
Harrogate and District NHS Foundation Trust
Health Education England
Heart of England NHS Foundation Trust
Herefordshire CCG
Humber NHS Foundation Trust
Ipswich Hospital NHS Trust
James Paget University Hospitals NHS Foundation Trust
Lancashire North CCG
Leeds and York Partnership NHS Foundation Trust
Leeds Community Healthcare NHS Trust
Leeds Teaching Hospitals NHS Trust
Locala Community Partnerships CIC
University Hospitals of North Midlands NHS Trust
Mid Yorkshire Hospitals NHS Trust
North Cumbria University Hospitals NHS Trust
North Staffordshire Combined Healthcare NHS Trust
Northern Lincolnshire and Goole NHS Foundation Trust
Northumbria Healthcare NHS Foundation Trust
Nottingham University Hospitals NHS Trust
Salisbury NHS Foundation Trust
Sandwell and West Birmingham CCG
Sheffield Children’s NHS Foundation Trust
Sheffield Health and Social Care NHS Foundation Trust
Sheffield Teaching Hospitals NHS Foundation Trust
Sherwood Forest Hospitals NHS Foundation Trust
Shropshire CCG
Solihull CCG
South East Staffordshire and Seisdon Peninsula CCS
South Staffordshire And Shropshire Healthcare NHS Foundation Trust
Southend University Hospital NHS Foundation Trust
Southport and Ormskirk Hospital NHS Trust
Stafford and Surrounds CCG
Stockport NHS Foundation Trust
Midlands and Lancashire Commissioning Support Unit
Stoke-on-Trent CCG
Telford and Wrekin CCG
The Newcastle upon Tyne Hospitals NHS Foundation Trust
The Queen Elizabeth Hospital Kings Lynn NHS Foundation Trust
The Rotherham NHS Foundation Trust
United Lincolnshire Hospitals NHS Trust
University Hospitals Birmingham NHS Foundation Trust
University Hospitals of Leicester NHS Trust
Walsall CCG
West Lancashire CCG
Wolverhampton CCG
York Teaching Hospitals NHS Foundation Trust
Yorkshire Ambulance Service NHS Trust
Listings of the entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC, can be found at:
Acute Trusts:
Clinical commissioning groups (CCGs):
Mental Health Trusts:
Ambulance Trusts:
Care Trusts:
NHS Trust Development Authority (TDA):
Special Health Authorities:
Arms Length Bodies:
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: www.commissioningboard.nhs.uk/appointments/csu
NHS Professional Regulator:
The Clinical Commissioning Board, Area Teams:
and other organisations involved in commissioning and/or overseeing General Practitioner services and GP consortia and 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.
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:
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:
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:
Nuts code: UK
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
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 22 000 000 and 30 000 000 GBP
II.1.5) Short description of the specific contract:
Framework for the provision of X-ray Contrast Media and any related consumables/associated innovation.
II.1.6) Common procurement vocabulary (CPV): 33696800
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The 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:
The provision of Contrast Media and related consumables and innovation.
II.2.2) Information about options:
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Starting 1.6.2016Completion 31.5.2019
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
See Pre-Qualification Questionnaire/Invitation to Tender.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See Pre-Qualification Questionnaire/Invitation to Tender.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortium bids are acceptable but the authority may require the consortium to incorporate a special purpose vehicle and provide parent company guarantees.
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: See Pre-Qualification Questionnaire/Invitation to Tender.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: See Pre-Qualification Questionnaire/Invitation to Tender.
Minimum level(s) of standards possibly required: See Pre-Qualification Questionnaire/Invitation to Tender.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: See Pre-Qualification Questionnaire/Invitation to Tender.
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: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
CPC 00610
IV.3.2) Previous publication(s) concerning the same contract:
Prior information notice
Notice number in the OJEU:2015/S 043-073742of03.03.2015
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
24.03.2016
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:
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
This procurement exercise will be conducted on the In-tend 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:
This will provide you with a full list of current tender opportunities. For the project you are interested in click on ‘View Details’ in the initial project view.
2) If you are not a registered user of In-tend follow the ‘Register’ tab otherwise follow the ‘Login’ link and enter email address and password.
3) From this tender management screen you will be presented will a fuller overview of the project and if interested you are able to ‘Express Interest’.
‘Expressing interest’ is not responding to the project, you will now have to complete the questionnaire and submit your response within the timescales indicated.
4) Go to the ‘Tenders’ section and click on ‘My Tenders’, click on ‘View Details’ within the project you are interested and you will now be able access attached documents and questionnaires that require completing as part of your response. Any sections indicated in red are awaiting your completion.
Further guidance on how to access and respond to the opportunity is available in the ‘Guidance for Suppliers’ tab which is available for downloading from the main portal login page:
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.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
As in 1.1)
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals: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.4.3) Service from which information about the lodging of appeals may be obtained:
As in 1.1)
VI.5) Date of dispatch of this notice:
16.02.2016
More Opportunties
- United Kingdom-Winchester: Framework for the Supply and Installation of Residential Furniture
22 May 25
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Supply of Residential Furniture such as bedroom furniture ( i.e chest of drawers, wardrobes, bedside tables, dr> > - United Kingdom-Richmond: Lexis + Subscription
22 May 25
12-month subscription to 'Lexis+' legislation service.> > - United Kingdom-Oldbury: Technology Hardware
22 May 25
Sandwell Metropolitan Borough Council (the Council) is a unitary, metropolitan authority located in the West Midlands. SMBC is made of 6 towns (West Bromwich, Oldbury, Tipton, Wednesbury, Smethwick, Rowley Regis). SMBC employs over 4500 people, employees> >