Medway Community Healthcare has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | External Bed Hire for Mental Health Patients |
Notice type: | Contract Notice |
Authority: | Medway Community Healthcare |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | A requirememnt for a master vendor servce for the hire of external patient beds for mental health patients in the community The authority will require access to approximately 10 beds on an ad-hoc basis for the following patients; - Male Acute - Female Acute - Male Acute Challenging - Female Acute Challenging |
Published: | 30/12/2013 14:17 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Kent & Medway NHS & Social Care Partnership Trust
Magnitude House, New Hythe lane, Larkfield, Aylesford, ME20 6WT, United Kingdom
Tel. +44 1634334660, Email: james.harris8@nhs.net
Contact: James Harris, Attn: James Harris
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Not Provided
I.3) Main activity:
General Public Services
Social protection
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: External Bed Hire for Mental Health Patients
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
Region Codes: UKJ4 - Kent
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Hospital beds. A requirememnt for a master vendor servce for the hire of external patient beds for mental health patients in the community
The authority will require access to approximately 10 beds on an ad-hoc basis for the following patients;
- Male Acute
- Female Acute
- Male Acute Challenging
- Female Acute Challenging
II.1.6)Common Procurement Vocabulary:
33192120 - Hospital beds.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: No
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
A requirememnt for a master vendor service for the hire of external patient beds for mental health patients in the community.
The authority will require access to approximately 10 beds on an ad-hoc basis for the following patients;
- Male Acute
- Female Acute
- Male Acute Challenging
- Female Acute Challenging
A master vendor tier is preferred for this service and as such require bidders are to bid on the basis they have had experience of proividing master vendor services in this context.
Estimated value excluding VAT:
Range between: 1,000,000 and 3,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: No
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 3 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The 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 registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged number of operators: 6
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: KMPT107JH
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Not Provided
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 05/02/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 06/02/2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=84343560
GO-20131230-PRO-5363894 TKR-20131230-PRO-5363893
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Medway Community Healthcare
5 Ambley Green, Gillingham Business Park, Gillingham, ME80NJ, United Kingdom
Tel. +44 1634334660
Body responsible for mediation procedures:
Medway Community Healthcare
5 Ambley Green, Gillingham Business Park, Gillingham, ME80NJ, United Kingdom
Tel. +44 1634334660
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 30/12/2013
ANNEX A