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