Tender

Digital Autopsy Services

  • Birmingham City Council

F02: Contract notice

Notice identifier: 2024/S 000-015000

Procurement identifier (OCID): ocds-h6vhtk-0458b9

Published 10 May 2024, 1:38pm



Section one: Contracting authority

one.1) Name and addresses

Birmingham City Council

10 Woodcock Street

Birmingham

B4 7WB

Contact

Corporate Procurement Services

Email

etendering@birmingham.gov.uk

Country

United Kingdom

NUTS code

UKG31 - Birmingham

Internet address(es)

Main address

www.finditinbirmingham.com

Buyer's address

www.in-tendhost.co.uk/birminghamcc

one.3) Communication

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

www.in-tendhost.co.uk/birminghamcc

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.in-tendhost.co.uk/birminghamcc

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Digital Autopsy Services

Reference number

P1185-2024

two.1.2) Main CPV code

  • 98371100 - Cemetery services and cremation services

two.1.3) Type of contract

Services

two.1.4) Short description

Birmingham City Council wishes to establish a single supplier framework agreement Contract for the provision of a Digital Autopsy Service – A Digital Autopsy is a non-invasive post-mortem, referred to as a CTPM short for Computed Tomography Post-Mortem.A CTPM is a scan of the deceased, conducted by a radiographer using a CT scanner. Following which, the resultant scans are analysed by a GMC registered radiologist to produce an interpretation in the form of a digital autopsy report.The digital autopsy report should contain or suggests the cause of death for consideration by a pathologist at Birmingham Central mortuary and be available within 24 hours of the CT scan being completed.

two.1.5) Estimated total value

Value excluding VAT: £290,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 85120000 - Medical practice and related services
  • 85121200 - Medical specialist services
  • 98371100 - Cemetery services and cremation services
  • 98371110 - Cemetery services
  • 85121000 - Medical practice services

two.2.3) Place of performance

NUTS codes
  • UKG31 - Birmingham
Main site or place of performance

Birmingham

two.2.4) Description of the procurement

Birmingham City Council wishes to establish a single supplier framework agreement Contract for the provision of a Digital Autopsy Service – A Digital Autopsy is a non-invasive post-mortem, referred to as a CTPM short for Computed Tomography Post-Mortem.A CTPM is a scan of the deceased, conducted by a radiographer using a CT scanner. Following which, the resultant scans are analysed by a GMC registered radiologist to produce an interpretation in the form of a digital autopsy report.The digital autopsy report contains or suggests the cause of death for consideration by a pathologist at Birmingham Central mortuary. Section 1 of the Coroners and Justice Act 2009 places a duty on the coroner to investigate certain deaths. Section 14 of the Coroners Act 2009 allows the coroner to order a suitable post-mortem examination to enable the coroner to decide if Section 1 applies. CTPM’s are an innovative technology that should in the future prevent invasive post-mortems, which many families and some religions would like to see avoided.The framework agreement Contract will be awarded for 2 years commencing 1st October 2024.The Framework Agreement will be awarded to one supplier.

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

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Further details will be provided in the tender documentation.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Will not exceed 4 years

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

11 June 2024

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

11 June 2024

Local time

12:00pm

Place

Birmingham


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Framework Agreement will last for 2 years (unless terminated under agreement provisions) commencing 1st October 2024.The Framework Agreement will be awarded to one supplier.The Council will be using its free to use e-tendering system (in-tend) for the administration of this procurement process and potential suppliers must register with the system to be able to express an interest. If you wish to express an interest in this opportunity please click on the following link to access https://in-tendhost.co.uk/birminghamcc/ and submit your details to register. You will then be sent details on how to log on which will enable you to download all relevant Invitation to Tender (ITT) documentation. If you are unable to register with In-tend or have any questions or problems on how to use this web site please email us at etendering@birmingham.gov.ukYour completed tender submission should be returned by Noon on 11th June 2024 via the ‘in-tend’ system https://in-tendhost.co.uk/birminghamcc

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

Royal Strand

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Not Applicable