Tender

Blood Glucose and Ketone Meters

  • University Hospitals Plymouth NHS Trust

F02: Contract notice

Notice identifier: 2022/S 000-011827

Procurement identifier (OCID): ocds-h6vhtk-0334d0

Published 6 May 2022, 12:12pm



Section one: Contracting authority

one.1) Name and addresses

University Hospitals Plymouth NHS Trust

Peninsula Purchasing and Supply Alliance, Ground Floor, NU Building, 1 Brest Rd, Derriford

Plymouth

PL6 5YE

Contact

Laura Gillson

Email

laura.gillson@nhs.net

Telephone

+44 7785311957

Country

United Kingdom

NUTS code

UKK - South West (England)

National registration number

1234

Internet address(es)

Main address

https://uk.eu-supply.com/login.asp?B=UK

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45644

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44880&B=NHSSW

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=44880&B=NHSSW

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Blood Glucose and Ketone Meters

Reference number

T20/0419

two.1.2) Main CPV code

  • 38434520 - Blood analysers

two.1.3) Type of contract

Supplies

two.1.4) Short description

Blood Glucose and Ketone Meters

Reference number: T20/0419

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Blood Glucose Meters

Lot No

1

two.2.2) Additional CPV code(s)

  • 33124100 - Diagnostic devices

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

Derriford, Plymouth, PL6 5YE

two.2.4) Description of the procurement

T20/0419 - Blood Glucose and Ketone Meters.

The requirement is to replace the existing monitoring systems, comprising test strips and meters which are used to measure whole blood glucose and ketones. A more modern system is envisaged to include data integration (connectivity) and a higher degree of quality assurance. The tender will be split into two lots; Blood Glucose and Ketone Meters to which suppliers are able to bid for one or both.

The contract will be 5 years with an option to extend for a further 2 years. The contract value (for both lots combined) is estimated around £1,200,000 in total for the Trusts involved.

It is the intention of the Trusts to novate the award of this contract into the Pathology Managed Laboratory Service contracts in this region, currently with Roche Diagnostics Ltd and Abbott Laboratories Ltd. By responding to the tender you are confirming your acceptance for the awarded contract to be novated.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The primary term of the contract is 60 months with the option to extend for a up to a further 24 months.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Ketone Meters

Lot No

2

two.2.2) Additional CPV code(s)

  • 33124100 - Diagnostic devices

two.2.3) Place of performance

NUTS codes
  • UKK - South West (England)
Main site or place of performance

Derriford, Plymouth, PL6 5YE

two.2.4) Description of the procurement

T20/0419 - Blood Glucose and Ketone Meters.

The requirement is to replace the existing monitoring systems, comprising test strips and meters which are used to measure whole blood glucose and ketones. A more modern system is envisaged to include data integration (connectivity) and a higher degree of quality assurance. The tender will be split into two lots; Blood Glucose and Ketone Meters to which suppliers are able to bid for one or both.

The contract will be 5 years with an option to extend for a further 2 years. The contract value (for both lots combined) is estimated around £1,200,000 in total for the Trusts involved.

It is the intention of the Trusts to novate the award of this contract into the Pathology Managed Laboratory Service contracts in this region, currently with Roche Diagnostics Ltd and Abbott Laboratories Ltd. By responding to the tender you are confirming your acceptance for the awarded contract to be novated.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

Yes

Description of renewals

The primary term of the contract is 60 months with the option to extend for a up to a further 24 months.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Suitability to pursue the professional activity, including requirements relating to enrollment on professional or trade registers

List and brief description of conditions: Suitability to pursue the professional activity, including requirements relating to enrollment on professional or trade registers

List and brief description of conditions: List and brief description of conditions: Information and formalities necessary for evaluating if the requirements are met:

Any supplier may be disqualified who does not respond to the following in the requisite manner:

1) Suppliers are required to submit their tender response via the Trusts e-tendering portal - CTM - which is accessed at https://uk.eu-supply.com/login.asp - please make sure that you are registered to avoid any future delays.

2) Information and formalities necessary for evaluating if requirements are met:

(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;

(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;

(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;

(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;

(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;

(j) Has been the subject of a conviction for fraud within the meaning of

Article 1 of the Convention relating to the protection of the financial interests of the European Communities;

(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.

(l) The Trust reserves the right to enforce Regulation 57 of the PCR 2015 with regards to its rights to the discretionary exclusion of Bidders

Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.

In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the Trusts obligations on Transparency which are set out in more detail at www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Trust will also be utilising the NHS supplier information database (sid4gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via the e-tendering portal , candidates are requested to provide or update their profile on the sid4gov as follows:

a) candidates should register on sid4gov at http://http://gps.cabinetoffice.gov.uk/i-am-supplier by clicking on the Register Organisation tab and select the Supplier button.

b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number.

c) Suppliers who already have a published profile on sid4gov must confirm that information is up to date ;i) candidates should ensure all relevant sections of their NHS sid4gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to NHS sid4gov is unavailable, please contact NHS the sid4gov helpdesk.

PLEASE NOTE ALL RESPONSES TO OJEU SHOULD BE MADE THROUGH THE E-TENDERING PORTAL AND REGISTRATION IS REQUIRED ON SID4GOV TO UPDATE OR PROVIDE COMPANY PROFILES ONLY

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 June 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 June 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Peninsula Purchasing & Supplies Alliance

Ground Floor, Bircham House, Procurement Department,

Plymouth

PL6 5WR

Email

laura.gillson@nhs.net

Telephone

+44 7785311957

Country

United Kingdom