Northern Housing Consortium Ltd : Technology Enabled Care Services Framework (19-23)

  Northern Housing Consortium Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Technology Enabled Care Services Framework (19-23)
Notice type: Contract Notice
Authority: Northern Housing Consortium Ltd
Nature of contract: Services
Procedure: Restricted
Short Description: The scope of this Framework Agreement is for the provision of products and services in relation to Technology Enabled Care (TEC) Services for both analogue and digital solutions. Due to the expiry date of this framework being before the planned analogue system retirement in 2025, Supply Partner(s) must be able to support both analogue and digital equipment/systems. The products and services shall fall into 5 separate Framework “LOTS” to reflect the structure of the industry, although Supply Partners are invited to apply for one or more LOT(S)/sublots if applicable. Lot 1: Product Catalogue, Lot 2:Installation, Service/Maintenance and Repair, Lot 3:Call Monitoring and Mobile Response •Sub lot 3.1 Call Monitoring •Sub lot 3.2 Mobile Response •Sub lot 3.3 Call Monitoring and Mobile Response •Sub lot 3.4 Call Centre Monitoring Equipment Servicing/Maintenance and Repair Lot 4: Consultancy, Lot 5:Fully Managed Service
Published: 07/06/2019 12:10
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Sunderland: Repair and maintenance services of medical equipment.
Section I: Contracting Authority
      I.1) Name and addresses
             Northern Housing Consortium Ltd
             Loftus House, Colima Avenue, Sunderland Enterprise Park, Sunderland, SR5 3XB, United Kingdom
             Email: tenders@consortiumprocurement.org.uk
             Contact: Louise Chase
             Main Address: www.northern-consortium.org.uk, Address of the buyer profile: www.consortiumprocurement.org.uk
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./32393S6XDN
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned 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: Not provided
      I.4) Type of the contracting authority
            Other type:: Central purchasing body
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Technology Enabled Care Services Framework (19-23)       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      50421000 - Repair and maintenance services of medical equipment.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The scope of this Framework Agreement is for the provision of products and services in relation to Technology Enabled Care (TEC) Services for both analogue and digital solutions. Due to the expiry date of this framework being before the planned analogue system retirement in 2025, Supply Partner(s) must be able to support both analogue and digital equipment/systems. The products and services shall fall into 5 separate Framework “LOTS” to reflect the structure of the industry, although Supply Partners are invited to apply for one or more LOT(S)/sublots if applicable. Lot 1: Product Catalogue, Lot 2:Installation, Service/Maintenance and Repair, Lot 3:Call Monitoring and Mobile Response
•Sub lot 3.1 Call Monitoring
•Sub lot 3.2 Mobile Response
•Sub lot 3.3 Call Monitoring and Mobile Response
•Sub lot 3.4 Call Centre Monitoring Equipment Servicing/Maintenance and Repair

Lot 4: Consultancy, Lot 5:Fully Managed Service       
      II.1.5) Estimated total value:
      Value excluding VAT: 300,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Members may call of for one or a combination of lots/sublots.

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1: Product Catalogue       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      33190000 - Miscellaneous medical devices and products.
      33100000 - Medical equipments.
      33196000 - Medical aids.
      33196200 - Devices for the disabled.
      35121700 - Alarm systems.
      32552120 - Emergency telephones.
      35100000 - Emergency and security equipment.
      31625100 - Fire-detection systems.
      45312000 - Alarm system and antenna installation work.
      45314000 - Installation of telecommunications equipment.
      51110000 - Installation services of electrical equipment.
      51410000 - Installation services of medical equipment.
      33123210 - Cardiac-monitoring devices.
      33195000 - Patient-monitoring system.
      38311000 - Electronic scales and accessories.
      33195200 - Central monitoring station.
      50421000 - Repair and maintenance services of medical equipment.
      50342000 - Repair and maintenance services of audio equipment.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply Partner(s) must provide the NHC with a catalogue of products available to Member Organisations. The catalogue will enable customers to access the catalogue and order single items and baskets of goods. Supply Partner(s) must ensure orders received are processed promptly and the catalogue must be updated and issued/released upon the frequency determined by the NHC. Products can include but are not limited to: telecare/telehealth/call centre equipment and misc. equipment.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 100,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: LOT 1 is pass/fail only. To pass this LOT Bidders must submit a compliant product catalogue, meeting all requirements as detailed in Schedule 3 Pricing and Schedule 3a Pricing Instructions. For LOT 1, all Bidders passing the quality and price evaluations will be appointed to the framework as a Supply Partner.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/32393S6XDN       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2: Installation, Service/Maintenance and Repair       
      Lot No: Lot 2       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      50333000 - Maintenance services of radio-communications equipment.
      50334400 - Communications system maintenance services.
      50421000 - Repair and maintenance services of medical equipment.
      45310000 - Electrical installation work.
      45312000 - Alarm system and antenna installation work.
      45312100 - Fire-alarm system installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot covers the installation (and product supply when required), planned service visits and repair of, telecare, telehealth, telemedicine equipment (and other associated equipment such as door entry, concierge, fire alarms, emergency lighting) and control centre equipment. Member Organisations may choose to Call-off for one or a combination of services under this LOT, e.g. install only, maintenance/repairs only etc.

As a minimum Supply Partners must be able to deliver;

•Provision of new equipment;
•Installation of new equipment;
•On-going planned servicing; and
•Reactive repairs.

Supply Partners must be able to maintain a range of manufacturers’ equipment.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 45,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: For LOTs 2 the scores for both Quality (potential 60%) and Price (potential 40%) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100%. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 3
      
      II.2.1) Title: Sub lot 3.1 Call Monitoring       
      Lot No: sublot 3.1       
      II.2.2) Additional CPV codes:
      79512000 - Call centre.
      33195000 - Patient-monitoring system.
      33195200 - Central monitoring station.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot covers the monitoring of all calls from dispersed alarms, telecare/telehealth devices, door entry/access control systems and grouped/hard wired schemes. Member organisations calling off from this framework agreement may require other types of calls monitored which will include;
•Out of hours call monitoring
•GPS device monitoring
•Location monitoring
•Lone worker monitoring/support
•Repairs reporting
•Environmental reporting
•Anti-social behaviour reporting
•Out of hours housing support services
•Disaster recovery
•Signposting
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: For sublot 3.1 the scores for both Quality (potential 60%) and Price (potential 40%) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100%. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 4
      
      II.2.1) Title: Sub lot 3.2 Mobile Response       
      Lot No: sub lot 3.2       
      II.2.2) Additional CPV codes:
      33195200 - Central monitoring station.
      33195000 - Patient-monitoring system.
      85112200 - Outpatient care services.
      34221200 - Mobile emergency units.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot covers the provision of a mobile response service for customers who don’t have family members/key holders as their emergency contact or require the service to relieve the burden on family members. The aim of the service is to maximise the independence of individuals to enable customers to remain in their own home through the provision of a 24/7/365 response service. The service will respond to alerts from a monitoring centre and provide a suitable human response.

There are two types of mobile response service;

•Routine visit – a regular visit is made to the service user to check on their welfare. Visits to be undertaken within 4 hours of notification.
•Emergency visit – an emergency visit made to the service user in response to an alert being received by the control centre. Visits to be undertaken within 1 hour of notification.

Member organisations may also require additional services which could include but not be limited to;

•Cover for scheme managers (sickness/holidays)
•Emergency cover
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: For sublot 3.2 the scores for both Quality (potential 60%) and Price (potential 40%) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100%. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 5
      
      II.2.1) Title: Sub lot 3.3 Call Monitoring with Mobile Response       
      Lot No: Sublot 3.3       
      II.2.2) Additional CPV codes:
      33195000 - Patient-monitoring system.
      33195200 - Central monitoring station.
      34221200 - Mobile emergency units.
      79512000 - Call centre.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The requirements of this sub-lot are the combination of sub-lot 3.1 and 3.2 as detailed in this notice. Supply Partners must be able to undertake all activities required for call monitoring and mobile response for this sub lot (3.3).
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: For sublot 3.3. the scores for both Quality (potential 60%) and Price (potential 40%) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100%. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 6
      
      II.2.1) Title: Sub lot 3.4 Call Centre Monitoring Equipment Servicing/Maintenance and Repair       
      Lot No: Sublot 3.4       
      II.2.2) Additional CPV codes:
      50000000 - Repair and maintenance services.
      79512000 - Call centre.
      33195000 - Patient-monitoring system.
      33195200 - Central monitoring station.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: This lot includes the ongoing servicing/maintenance and repair of call monitoring platforms/systems. Member organisations may enhance the standard level of cover set out in this lot under their call off.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 15,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: For sublot 3.4 the scores for both Quality (potential 60%) and Price (potential 40%) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100%. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 7
      
      II.2.1) Title: Lot 4: Consultancy       
      Lot No: Lot 4       
      II.2.2) Additional CPV codes:
      71315200 - Building consultancy services.
      71316000 - Telecommunication consultancy services.
      71317100 - Fire and explosion protection and control consultancy services.
      72221000 - Business analysis consultancy services.
      72224000 - Project management consultancy services.
      79411000 - General management consultancy services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Supply Partners in this lot shall be able to provide a range of consultancy services to Member Organisations to assist them in complying with all current legislation and regulations, this may include but is not limited to:

•Service reviews e.g. customer needs analysis, service efficiency and improvement recommendations etc.;
•Asset register creation and assessment/recommendations for digital switchover;
•Upgrade assessment, feasibility studies and suitability reviews;
•Advice and guidance e.g. digital switchover, technology suitability, industry updates etc.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 5,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: For LOT 4 scores for both Quality (potential 60%) and Price (potential 40%) will be totalled (per LOT/Sub-Lot) to give an overall score out of 100%. Up to the highest ten (10) scoring Bidders per LOT/Sub-Lot (or more in the event of a tie) will be appointed to the framework as a Supply Partner.
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
II.2) Description Lot No. 8
      
      II.2.1) Title: Lot 5: Fully Managed Service       
      Lot No: Lot 5       
      II.2.2) Additional CPV codes:
      33195200 - Central monitoring station.
      33195000 - Patient-monitoring system.
      33123210 - Cardiac-monitoring devices.
      33196200 - Devices for the disabled.
      33196000 - Medical aids.
      38311000 - Electronic scales and accessories.
      35121700 - Alarm systems.
      35100000 - Emergency and security equipment.
      45314000 - Installation of telecommunications equipment.
      45312000 - Alarm system and antenna installation work.
      79512000 - Call centre.
      51110000 - Installation services of electrical equipment.
      50342000 - Repair and maintenance services of audio equipment.
      51410000 - Installation services of medical equipment.
      50421000 - Repair and maintenance services of medical equipment.
      50334400 - Communications system maintenance services.
      71316000 - Telecommunication consultancy services.
      71317100 - Fire and explosion protection and control consultancy services.
      72221000 - Business analysis consultancy services.
      72224000 - Project management consultancy services.
      45312100 - Fire-alarm system installation work.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: The requirements of this lot are the combination of Lot 1,2,3 (including all sublots) and 4 as detailed in this notice.
Supply Partners must be able to undertake all activities detailed within those lots either directly or through carefully selected sub-contractors or consortia arrangements. All sub-contractors or consortia members must adhere to the requirements of the product or service they are providing as detailed in the specification or Member Organisation individual Call -Off. There must be a single point of contact for managing the performance of the contract if sub-contracting or consortia arrangements are in place.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 100,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
            / Maximum number: 10       
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   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:
Not Provided               
         The procurement involves the setting up of a dynamic purchasing system - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: not applicable    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 08/07/2019 Time: 17:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/07/2019       
      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:
         Duration in month(s): 4
      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: 2022
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   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.
The framework will be available for all current and future consortium members, further information on who can access the framework is available at this link https://consortiumprocurement.org.uk/framework-agreements/who-can-access/
Member organisations may choose to award call-off contracts under 1 or a combination of lot(s) to meet their requirements.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Sunderland:-Repair-and-maintenance-services-of-medical-equipment./32393S6XDN

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/32393S6XDN
   VI.4) Procedures for review
   VI.4.1) Review body:
             See VI.4.3
       Sunderland, Sunderland, SR5 3XB, United Kingdom
       Tel. +44 1915661000
   VI.4.2) Body responsible for mediation procedures:
             See VI.4.3
          Sunderand, Sunderland, SR5 3XB, United Kingdom
          Tel. +44 1915661000
          Internet address: www.northern-consortium.org.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    The Consortium (Contracting Authority) will incorporate a minimum 10 calendar days standstill periodfollowing confirmation on the award of the framework to Bidders. The Public Contracts Regulations 2015 (theRegulations) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rulesto take action in the High Court (England, Wales and Northern Ireland). As stated within the Regulations, anysuch action must be started within 30 days beginning with the date when the aggrieved party first knew or oughtto have known that grounds for starting the proceedings had arisen.

The Court may extend the time limit for starting proceedings where the Court considers that there is a goodreason for doing so but not so as to permit proceedings to be started more than 3 months after that date.    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
          see VI.4.3
       Sunderland, Sunderland, SR5 3XB, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 07/06/2019

Annex A


View any Notice Addenda

View Award Notice