此網頁需要支援 JavaScript 才能正確運行,請先至你的瀏覽器設定中開啟 JavaScript。

This webpage requires JavaScript to function properly. Please enable JavaScript in your browser settings.

Cette page web nécessite JavaScript pour fonctionner correctement. Veuillez activer JavaScript dans les paramètres de votre navigateur.

Esta página web requiere JavaScript para funcionar correctamente. Por favor, habilite JavaScript en la configuración de su navegador.

Diese Webseite benötigt JavaScript, um ordnungsgemäß zu funktionieren. Bitte aktivieren Sie JavaScript in Ihren Browser-Einstellungen.

Для корректной работы этой веб-страницы требуется поддержка JavaScript. Пожалуйста, включите JavaScript в настройках вашего браузера.

このウェブページを正常に動作するにはJavaScriptが必要です。ブラウザの設定でJavaScriptを有効にしてください。

이 웹 페이지는 올바르게 작동하려면 JavaScript가 필요합니다. 브라우저 설정에서 JavaScript를 활성화하십시오.

Tato webová stránka vyžaduje pro svůj správný chod podporu JavaScriptu. Prosím, povolte JavaScript v nastavení vašeho prohlížeče.

Ez a weboldal a megfelelő működéshez JavaScript támogatásra szorul. Kérjük, engedélyezze a JavaScript használatát a böngészőjében.

Questa pagina web richiede JavaScript per funzionare correttamente. Si prega di abilitare JavaScript nelle impostazioni del browser.

Šī tīmekļa lapa darbībai ir vajadzīgs JavaScript atbalsts. Lūdzu, ieslēdziet JavaScript savā pārlūkprogrammas iestatījumos.

Esta página da web requer JavaScript para funcionar corretamente. Por favor, ative o JavaScript nas configurações do seu navegador.

Deze webpagina vereist JavaScript om correct te functioneren. Schakel JavaScript in uw browserinstellingen in.

Ta strona wymaga obsługi JavaScript, aby działać prawidłowo. Proszę włączyć obsługę JavaScript w ustawieniach przeglądarki.

Laman web ini memerlukan JavaScript untuk berfungsi dengan betul. Sila aktifkan JavaScript dalam tetapan pelayar anda.

Halaman web ini memerlukan JavaScript untuk berfungsi dengan baik. Harap aktifkan JavaScript di pengaturan browser Anda.

เว็บไซต์นี้ต้องการ JavaScript เพื่อทำงานอย่างถูกต้อง โปรดเปิด JavaScript ในการตั้งค่าบราวเซอร์ของคุณ

Bu web sayfasının düzgün çalışması için JavaScript gereklidir. Lütfen tarayıcı ayarlarınızda JavaScript'i etkinleştirin.

Trang web này yêu cầu JavaScript để hoạt động đúng. Vui lòng kích hoạt JavaScript trong cài đặt trình duyệt của bạn.

Эн вэб хуудас нь зөв ажиллахын тулд JavaScript дэмжлэг авах шаардлагатай. Таны броузерын тохиргоонд JavaScript-ийг идэвхжүүлнэ үү.

ဒီဝန်ဆောင်မှုစာမျက်နှာကိုမှားယွင်းရန် JavaScript ကိုလိုအပ်ပါ။ သင့်ရဲ့ဘောဒီကိုပြင်ဆင်ရန် JavaScript ကိုဖွင့်ပါ။

ບໍ່ສາມາດເຮັດວຽກເວັບໄຊນີ້ໄດ້ຖ້າບໍ່ມີການສະຫລັບ JavaScript. ກະລຸນາໃຊ້ການຕັ້ງຄ່າຂອງເວັບໄຊໃຫ້ເປີດ JavaScript ກ່ອນ.

ទំព័រវេបសាយនេះត្រូវការ JavaScript ដើម្បីដំណើរការប្រើប្រាស់បានល្អ។ សូមបើក JavaScript នៅក្នុងការកំណត់របស់អ្នកក្នុងក

  英國採購案 - United Kingdom-Edinburgh: Medical equi... - Taipei Representative Office in the U.K. 駐英國台北代表處
Hot News
:::
:::

英國採購案 - United Kingdom-Edinburgh: Medical equipments

英國採購案 - United Kingdom-Edinburgh: Medical equipments

 

  • 標題:United Kingdom-Edinburgh: Medical equipments
  • 採購機關名稱:The Common Services Agency
  • 國別:英國
  • 類別:醫療用品
  • 採購產品說明:Medical Ward Equipment & Sack Holders
  • 標案號碼:2017/S 116-233109
  • 資金來源:The Common Services Agency
  • 合約型式:Supply Contract
  • 截標日期:28/07/2017 10:00
  • 開標日期:28/07/2017 10:00
  • 標案金額:Value excluding VAT: 6 800 000.00 GBP
  • 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:233109-2017:TEXT:EN:HTML&src=0
  • 聯絡人資料:

The Common Services Agency

Gyle Square (NSS Head Office), 1 South Gyle Crescent

Edinburgh

EH12 9EB

United Kingdom

Telephone: +44 1312757129

E-mail: yvonnegardner@nhs.net

http://www.nhsscotlandprocurement.scot.nhs.uk/

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

  • 請附上採購詳細內容:

 

United Kingdom-Edinburgh: Medical equipments

2017/S 116-233109

Contract notice

Supplies

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses

The Common Services Agency (more commonly known as NHS National Services Scotland) (‘the Authority’)
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Telephone: +44 1312757129
E-mail: yvonnegardner@nhs.net
NUTS code: UKM

Internet address(es):

Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883

I.2)Joint procurement

The contract is awarded by a central purchasing body

I.3)Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the abovementioned address

Tenders or requests to participate must be submitted electronically via: www.publictendersscotland.publiccontractsscotland.gov.uk

I.4)Type of the contracting authority

Body governed by public law

I.5)Main activity

Health

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

Medical Ward Equipment & Sack Holders.

Reference number: NP846/17

II.1.2)Main CPV code

33100000

II.1.3)Type of contract

Supplies

II.1.4)Short description:

Provision of sack holders, commodes, examination couches and medical ward equipment including trolleys to all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. NHS Scotland Health Boards and Special Health Boards, plus the Authority and other NHS organisations ) and all joint integration boards established under the Public Bodies (joint Working) (Scotland) Act 2014.

Note the value of the framework is the value over the potential 4 year term.

II.1.5)Estimated total value

Value excluding VAT: 6 800 000.00 GBP

II.1.6)Information about lots

This contract is divided into lots: yes

Tenders may be submitted for maximum number of lots: 4

II.2)Description

II.2.1)Title:

Sack Holders

Lot No: 1

II.2.2)Additional CPV code(s)

33100000

II.2.3)Place of performance

NUTS code: UKM

II.2.4)Description of the procurement:

Provision of sack holders and associated products to all entities constituted pursuant to the National Health Service (Scotland) Act 1978,i.e. NHS Scotland Health Boards and Special Health Boards, plus the Authority and other NHS organisations ) and all joint integration boards established under the Public Bodies (joint Working) (Scotland) Act 2014.

Please note the estimated value of this lot is the total approximate over the potential 4 year term (2 years and 2 x 12 month optional extension periods) of the framework.The Authority intends awarding a multi-supplier ranked framework agreement for the Lot and it is envisaged a maximum of 3 suppliers will be awarded. Full details can be found within the ITT.

II.2.5)Award criteria

Criteria below

Quality criterion - Name: Service / Weighting: 20

Quality criterion - Name: Contract Management / Weighting: 10

Price - Weighting: 70

II.2.6)Estimated value

Value excluding VAT: 1 648 000.00 GBP

II.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:

Option to extend by 2 x 12 month periods.

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

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

II.2.14)Additional information

II.2)Description

II.2.1)Title:

Commodes

Lot No: 2

II.2.2)Additional CPV code(s)

33100000

II.2.3)Place of performance

NUTS code: UKM

II.2.4)Description of the procurement:

Provision of commodes and associated products to all entities constituted pursuant to the National Health Service (Scotland) Act 1978,i.e. NHS Scotland Health Boards and Special Health Boards, plus the Authority and other NHS organisations ) and all joint integration boards established under the Public Bodies (joint Working) (Scotland) Act 2014.

Please note the estimated value of this lot is the total approximate over the potential 4 year term (2 years and 2 x 12 month optional extension periods) of the framework. The Authority intends awarding a multi-supplier ranked framework agreement for the Lot and it is envisaged a maximum of 3 suppliers will be awarded. Full details can be found within the ITT.

II.2.5)Award criteria

Criteria below

Quality criterion - Name: Service / Weighting: 20

Quality criterion - Name: Contract Management / Weighting: 10

Price - Weighting: 70

II.2.6)Estimated value

Value excluding VAT: 960 000.00 GBP

II.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:

Option to extend by 2 x 12 month periods.

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

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

II.2.14)Additional information

II.2)Description

II.2.1)Title:

Examination Couches

Lot No: 3

II.2.2)Additional CPV code(s)

33100000

II.2.3)Place of performance

NUTS code: UKM

II.2.4)Description of the procurement:

Provision of examination couches and associated products to all entities constituted pursuant to the National Health Service (Scotland) Act 1978,i.e. NHS Scotland Health Boards and Special Health Boards, plus the Authority and other NHS organisations ) and all joint integration boards established under the Public Bodies (joint Working) (Scotland) Act 2014.

Please note the estimated value of this lot is the total approximate over the potential 4 year term (2 years and 2 x 12 month optional extension periods) of the framework. The Authority intends awarding a multi-supplier ranked framework agreement for the Lot and it is envisaged a maximum of 3 suppliers will be awarded. Full details can be found within the ITT.

II.2.5)Award criteria

Criteria below

Quality criterion - Name: Service / Weighting: 20

Quality criterion - Name: Contract Management / Weighting: 10

Price - Weighting: 70

II.2.6)Estimated value

Value excluding VAT: 1 700 000.00 GBP

II.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:

Option to extend by 2 x 12 month periods.

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

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

II.2.14)Additional information

II.2)Description

II.2.1)Title:

Medical Ward Equipment and Trolleys

Lot No: 4

II.2.2)Additional CPV code(s)

33100000

II.2.3)Place of performance

NUTS code: UKM

II.2.4)Description of the procurement:

Provision of medical ward equipment, trolleys and associated products to all entities constituted pursuant to the National Health Service (Scotland) Act 1978,i.e. NHS Scotland Health Boards and Special Health Boards, plus the Authority and other NHS organisations ) and all joint integration boards established under the Public Bodies (joint Working) (Scotland) Act 2014.

Please note the estimated value of this lot is the total approximate over the potential 4 year term (2 years and 2 x 12 month optional extension periods) of the framework. The Authority intends awarding a multi-supplier ranked framework agreement for the Lot and it is envisaged a maximum of 3 Suppliers will be awarded. Full details can be found within the ITT.

II.2.5)Award criteria

Criteria below

Quality criterion - Name: Service / Weighting: 20

Quality criterion - Name: Contract Management / Weighting: 10

Price - Weighting: 70

II.2.6)Estimated value

Value excluding VAT: 2 480 000.00 GBP

II.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:

Option to extend by 2 x 12 month periods.

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: no

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

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

II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation

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

List and brief description of conditions:

Be registered and regulated by the Financial Conduct Authority.

III.1.2)Economic and financial standing

List and brief description of selection criteria:

See contract/tender documentation which incorporates requirements of the ESPD (Scotland) and the financial period for reporting in the previous 3 financial years.

III.1.3)Technical and professional ability

List and brief description of selection criteria:

See contract/tender documentation which incorporates requirements of the ESPD (Scotland).

Minimum level(s) of standards possibly required:

A number of the technical performance requirements are mandatory — these are detailed in the contract/tender documentation.

With regard to those that relate to standards being required:

Suppliers must have a quality management system, ISO 9001 or equivalent.

III.1.5)Information about reserved contracts

III.2)Conditions related to the contract

III.2.2)Contract performance conditions:

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

Section IV: Procedure

IV.1)Description

IV.1.1)Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 12

IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue

IV.1.6)Information about electronic auction

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

The procurement is covered by the Government Procurement Agreement: yes

IV.2)Administrative information

IV.2.1)Previous publication concerning this procedure

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

Date: 28/07/2017

Local time: 10:00

IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates

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

English

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

IV.2.7)Conditions for opening of tenders

Date: 28/07/2017

Local time: 10:00

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: no

VI.2)Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3)Additional information:

Contract value of 6,800,000 reflects the anticipated value of the contract duration including optional extension periods. No guarantees are given to either volume or value of spend. Framework on behalf of NHSS and any Integrated Joint Boards established under Public Bodies Joint Working Scotland Act 2014 e.g. Health and Social Care Integration. Intended award is 3 suppliers per lot on a ranked basis.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8110. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.

Community benefits are included in this requirement. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

The Statement of Requirements will detail the Community Benefit background and objectives. The contract will mandate that suppliers respond in its tender outlining current Community Benefits and proposals if successful and mandating that they support the overall Community Benefit concept and process including a contract and supplier management process post award.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8110. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause in this contract for the following reason:

Multi supplier framework of 4 lots with 3 suppliers ranked in each lot is required for NHS Scotland, as a result there is no ability to sub contract within this agreement.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=490887.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Please refer to the ITT documentation

(SC Ref:490887).

VI.4)Procedures for review

VI.4.1)Review body

The Common Services Agency (more commonly known as NHS National Services Scotland) (‘the Authority’)
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Telephone: +44 1312757129
E-mail: yvonnegardner@nhs.net

Internet address:http://www.nhsscotlandprocurement.scot.nhs.uk/

VI.4.2)Body responsible for mediation procedures

VI.4.3)Review procedure

Precise information on deadline(s) for review procedures:

The Authority will notify economic operators who submitted a tender or (where no deselection process has previously been made) applied to be selected to tender, of its decision to award the Framework Agreement which notification will contain, among other information, a summary of the reasons as to why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 (ten) clear calendar days (or a minimum of 15 (fifteen) if the communication method used is not electronic) between the date on which the Authority dispatches the notice(s) and the date on which the Authority proposes to conclude the relevant Framework Agreement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the Framework Agreement until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the Framework Agreement has been entered into include the setting aside of the decision to award the Framework Agreement to the winning tenderer(s). The bringing of court proceedings against the Authority after the Framework Agreement has been entered into will not affect the Framework Agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the Framework Agreement has been entered into are limited to the award of damages.

VI.4.4)Service from which information about the review procedure may be obtained

VI.5)Date of dispatch of this notice:

16/06/2017