Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Doncaster Borough Council
Civic Office, Floor 3, Waterdale
For the attention of: Shaun Ferron
DN1 3BU Doncaster
UNITED KINGDOM
Telephone: +44 1302862405
E-mail:
Internet address(es):
General address of the contracting authority: www.doncaster.gov.uk
Address of the buyer profile: http://www.yortender.co.uk
Electronic access to information: http://www.yortender.co.uk
Electronic submission of tenders and requests to participate: http://www.yortender.co.uk
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 authorityRegional or local authority
I.3)Main activityGeneral public services
Health
Other: Local Authority Services
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Morturay and Autopsy Related Pathology Service.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 25: Health and social services
Main site or location of works, place of delivery or of performance: Borough of Doncaster.
NUTS code UKE31
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Provision of Mortuary and Autopsy related Pathology Services for HM Coroner for the South Yorkshire (East District) primarily for the NE area ( Doncaster) but may also cover the East District at the Coronors direction.
II.1.6)Common procurement vocabulary (CPV)85111800, 85120000, 85145000, 85148000, 79625000, 33940000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Provision of a cadaver storage facilities and equipment, pathologists, to attend at to examine a prepared body and establish the cause of death and laboratory analysis, interpretation and the reporting on toxicology/chemical specimens as required by the pathogist and coroner.
II.2.2)Information about optionsOptions: yes
Description of these options: Description of these options: The Contract is initially for 2 years from the Service Commencement Date,although the Council reserves the right to extend the Contract for an additional period of up to 2 years to be determined by the Council by giving written notice.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As specified in tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As specified in tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As specified in tender documents.
III.1.4)Other particular conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: As specified in tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As specified in tender documents.
Minimum level(s) of standards possibly required: As specified in tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As specified in tender documents.
Minimum level(s) of standards possibly required:
As specified in tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: As specified in tender documents.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
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 criteriaLowest price
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
9RFR-3KXK8Q
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 25.9.2015 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate25.9.2015 - 12:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderin days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The tender documents are available from the YORtender website www.yortender.co.uk with reference 9RFR-3KXK8Q. For support with registration on the YORtender website or if you are having difficulties accessing the documents through YORtender, please contact the YORtender helpdesk on +44 8445434580 or email
It is expected to be a 2 year contract with an option to extend the contract by up to 2 x 12 month periods at the sole discretion of the council. During the contract term the Council may wish to vary the Contract in accordance with the Agreement. In such circumstances the Council will negotiate this with the successful organisation.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresDoncaster Council
Corporate Procurement Civic Office Floor 2 Waterdale
DN1 3BU Doncaster
UNITED KINGDOM
E-mail:
Telephone: +44 1302736906
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: The Council will incorporate a minimum 10 calendar day standstill period at the point when information on the award of the contract is communicated to tenderers. If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtainedDoncaster Council
Corporate Procurement Civic Office Floor 2 Waterdale
DN1 3BU Doncaster
UNITED KINGDOM
E-mail:
Telephone: +44 1302736906
VI.5)Date of dispatch of this notice:24.8.2015