Section one: Contracting authority
one.1) Name and addresses
Cambridge University Hospitals NHS Foundation Trust
Hills Rd
Cambridge
CB2 0QQ
susan.mulcock@addenbrookes.nhs.uk
Telephone
+44 1223274305
Country
United Kingdom
NUTS code
UKH12 - Cambridgeshire CC
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://eoecph.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://eoecph.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://eoecph.bravosolution.co.uk
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
The Supply of NGS HLA Typing Kits
Reference number
ADD/PU/SM/21/07
two.1.2) Main CPV code
- 33696300 - Chemical reagents
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Authority is inviting Tenders for the provision a Framework Agreement for the provision of NGS HLA Typing Kits to meet the requirements stated in Document 2 of this Invitation to Tender. The Framework will run two years initially, with the option for further two year extension, to a maximum of a 4 year period.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 33696500 - Laboratory reagents
two.2.3) Place of performance
NUTS codes
- UKH12 - Cambridgeshire CC
Main site or place of performance
Cambridge
two.2.4) Description of the procurement
The Authority is inviting Tenders for the provision a Framework Agreement for the provision of NGS HLA Typing Kits to meet the requirements stated in Document 2 of this Invitation to Tender. The Framework will run two years initially, with the option for further two year extension, to a maximum of a 4 year period.
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
24
This contract is subject to renewal
Yes
Description of renewals
24 month initial framework, with option to extend for a further 24 months ( to a maximum 48 months). The renewal process will commence subject to the decision taken on the extension option.
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.1.2) Economic and financial standing
List and brief description of selection criteria
The Authority will assess the information you provide within your SSQ response (responding to sections 1.2, 4.1 and 5), in conjunction with the financial risk report obtained from Dun & Bradstreet (or equivalent) and provided to the Authority, to determine whether the Tenderer (or its guarantor) has the necessary economic and financial standing to deliver the contract in accordance with the Authority’s requirements.
Tenderers must achieve a D & B (or equivalent credit rating report) score no lower than 10 and a risk indicator score no lower than 3.
Additionally in making an assessment, the Authority will also consider the following standard ratios in combination, as measures of the Tenderer’s (or its guarantor’s) financial standing: Tenderers must achieve the following low risk ratio scores:
1. Financial Sustainability / Net Asset Value: Whether the Tenderer (or any guarantor) can demonstrate stable trading and strong net assets position, including whether it has consistently made a profit over each of the last two financial years (or the number of years of trading if less than two years); A minimum ratio score of ˃ Nil is required to pass this test.
2. Liquidity/Acid Ratio: Whether the Tenderer (or any guarantor) can demonstrate a low risk liquidity and cash position, typically showing a current ratio value of >1 over each of the last two financial years (or the number of years of trading if less than two years).
3. Scale/Turnover: That the indicative contract value does not form a disproportionate proportion of the Tenderer’s (or any guarantor’s) business, typically that the Tenderer’s annual turnover is at least twice the indicative contract value .
4. Operating Margin: An indication of the Tenderers profitability and sustainability and ability to withstand any change in business and financial circumstances. A score of >10% is required.
5. Free Cash Flow to Net Debt Ratio. Provides an indication of what percentage of the Tenderers debt could be repaid in one year if all free cash flow was used to repay debt. A score of >15% is required.
6. Net Debt/EBITAD. Provides an indication of how many years it would take a Tenderer to repay net debt if EBITAD (earnings before interest, taxes, depreciation, and amortization) remained constant and was used in full to repay financial debt. A ratio score of ˂ 2.5 x is required.
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
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
10 August 2021
Local time
1:00pm
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
10 August 2021
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The renewal process will commence subject to the decision taken on the extension option
six.3) Additional information
Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on
the eSourcing portal (this is only required once) - Browse to the eSourcing Portal:
https://eoecph.bravosolution.co.uk and click the link to register - Accept the terms and
conditions and click 'continue' - Enter your correct business and user details - Note the
username you chose and click 'Save' when complete - You will shortly receive an email with
your unique password (please keep this secure) 2. Express an Interest in the tender - Login to
the portal with the username/password - Click the 'PQQs / ITTs Open To All Suppliers' link.
(These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered
supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the 'Express Interest'
button at the top of the page. - This will move the PQQ /ITT into your 'My PQQs/ My ITTs'
page. (This is a secure area reserved for your projects only) -You can now access any
attachments by clicking 'Buyer Attachments' in the 'PQQ/ ITT Details' box 3. Responding to
the tender - Click 'My Response' under 'PQQ/ ITT Details', you can choose to 'Create
Response' or to 'Decline to Respond' (please give a reason if declining) - You can now use the
'Messages' function to communicate with the buyer and seek any clarification - Note the
deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT -
There may be a mixture of online & offline actions for you to perform (there is detailed online
help available) You must then submit your reply using the 'Submit Response' button at the
top of the page. If you require any further assistance please consult the online help, or
contact the eTendering help desk.
six.4) Procedures for review
six.4.1) Review body
Cambridge University Hospitals NHS Foundation Trust
Hills Road
Cambridge
CB2 0QQ
Country
United Kingdom