Kings College Hospital NHS Foundation Trust : Supply of EEG and Long Term Monitoring EEG (Telemetry) Equipment.

  Kings College Hospital NHS Foundation Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Supply of EEG and Long Term Monitoring EEG (Telemetry) Equipment.
Notice type: Contract Notice
Authority: Kings College Hospital NHS Foundation Trust
Nature of contract: Supplies
Procedure: Accelerated restricted
Short Description: The Neurophysiology Department at Kings provides a diagnostic service for Neurosciences and a wide range of specialties within the Trust as well as for other hospitals across SE London and Kent. EEGs (Electroencephalograms) and EEG video telemetry make up a large proportion of this diagnostic activity. Requests for EEGs from the acute specialties, particularly adult and paediatric critical care have been steadily growing over the last two years. The Trust is seeking expressions of interest for a framework agreement that will enable us to purchase this type of equipment. This will be a replacement programme for Portable Telemetry recorders and EEG equipment, potential suppliers will need to provide equipment which will have the ability to integrate with the hospital Electronic Patient Record (EPR) system, and to include clinical support, training and technical support.
Published: 03/06/2015 14:22
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-London: Telemetry equipment.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      King's Health Partners, Kings College Hospital NHS Foundation Trust
      Unit 1 KCH Business Park, 129 Coldharbour Lane, Camberwell, London, SE5 9NY, United Kingdom
      Tel. +44 2032994543, Fax. +44 2032993218, Email: j.gomba@nhs.net

      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:
      Body governed by public law

   I.3) Main activity:
      Health

   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: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Supply of EEG and Long Term Monitoring EEG (Telemetry) Equipment.
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators

         Duration of the framework agreement:
            Duration in year(s): 2                   
      II.1.5)Short description of the contract or purchase:
      Telemetry equipment. The Neurophysiology Department at Kings provides a diagnostic service for Neurosciences and a wide range of specialties within the Trust as well as for other hospitals across SE London and Kent. EEGs (Electroencephalograms) and EEG video telemetry make up a large proportion of this diagnostic activity. Requests for EEGs from the acute specialties, particularly adult and paediatric critical care have been steadily growing over the last two years.
The Trust is seeking expressions of interest for a framework agreement that will enable us to purchase this type of equipment. This will be a replacement programme for Portable Telemetry recorders and EEG equipment, potential suppliers will need to provide equipment which will have the ability to integrate with the hospital Electronic Patient Record (EPR) system, and to include clinical support, training and technical support.
         
      II.1.6)Common Procurement Vocabulary:
         32441000 - Telemetry equipment.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      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:
      Not Provided      
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Yes
                  
         Number of possible renewals: 1
                           
      If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
         Duration in months: 12
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
      Not Provided
   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: Not Provided      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
      Not Provided      
      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;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (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;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Accelerated Restricted
         Justification for the choice of accelerated procedure: Urgent requirement to replace aging equipment.      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                Not Provided
   
   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: F/558/15      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 17/06/2015
      Time-limit for receipt of requests for documents or for accessing documents: 12:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 17/06/2015
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: Any EU official language         


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: Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and / or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please not there is a password reminder link on the homepage. Suppliers must log in, go to your response manager and add the following access code: Access Code: 54X39466VK. Please ensure you follow any instruction provided here. Please ensure you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Telemetry-equipment./54X39466VK

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/54X39466VK
GO-201563-PRO-6650718 TKR-201563-PRO-6650717
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      King's College Hospital NHS Foundation Trust
      Denmark Hill, Camberwell, London, SE5 9RS, United Kingdom
      Tel. +44 2032994000

      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: 03/06/2015

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Telemetry equipment.

Section I: Contracting Authority
   Title: UK-London: Telemetry equipment.
   I.1)Name, Addresses and Contact Point(s):
      King's Health Partners, Kings College Hospital NHS Foundation Trust
      Unit 1 KCH Business Park, 129 Coldharbour Lane, Camberwell, London, SE5 9NY, United Kingdom
      Tel. +44 2032994543, Fax. +44 2032993218, Email: j.gomba@nhs.net

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Not Provided

   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
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Supply of EEG and Long Term Monitoring EEG (Telemetry) Equipment.      
      II.1.2)Type of contract and location of works:
         SUPPLIES
)Purchase
         Region Codes: UKI - LONDON         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Telemetry equipment. The Neurophysiology Department at Kings provides a diagnostic service for Neurosciences and a wide range of specialties within the Trust as well as for other hospitals across SE London and Kent. EEGs (Electroencephalograms) and EEG video telemetry make up a large proportion of this diagnostic activity. Requests for EEGs from the acute specialties, particularly adult and paediatric critical care have been steadily growing over the last two years.
The Trust is seeking expressions of interest for a framework agreement that will enable us to purchase this type of equipment. This will be a replacement programme for Portable Telemetry recorders and EEG equipment, potential suppliers will need to provide equipment which will have the ability to integrate with the hospital Electronic Patient Record (EPR) system, and to include clinical support, training and technical support.
      II.1.5)Common procurement vocabulary:
         32441000 - Telemetry equipment.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Not Provided

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Accelerated Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Quality - 75
         Price - 25
         
      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: F/558/15         
      IV.3.2)Previous publication(s) concerning the same contract: No


Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: F/558/15
      
      Title: Supply of EEG and Long Term (Telemetry) Equipment

      V.1)Date Of Contract Award: 08/02/2016      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Optima Medical Ltd
         Postal address: 30A Alan Turing Road, The Surrey Research Park, Guildford
         Town: Surrey
         Postal code: GU2 7AA
         Country: United Kingdom
         Email: orders@optimamedical.com
         Internet address: www.optimamedical.com
      V.4)Information On Value Of Contract
         If annual or monthly value:
            Number of years: 2
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: Not Provided

Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and / or documents for this opportunity are available on https://www.delta-esourcing.com/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please not there is a password reminder link on the homepage. Suppliers must log in, go to your response manager and add the following access code: Access Code: 54X39466VK. Please ensure you follow any instruction provided here. Please ensure you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=190239132
GO-2016215-PRO-7762851 TKR-2016215-PRO-7762850   
   VI.3.1)Body responsible for appeal procedures:
      King's College Hospital NHS Foundation Trust
      Denmark Hill, Camberwell, London, SE5 9RS, United Kingdom
      Tel. +44 2032994000
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 15/02/2016