Dorset HealthCare University NHS Foundation Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Medical Devices Total Managed Service |
Notice type: | Contract Notice |
Authority: | Dorset HealthCare University NHS Foundation Trust |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | Dorset HealthCare University NHS Foundation Trust is looking for a supplier to provide servicing and maintenance for our medical devices. These services will need to be risk managed and programmed to ensure the compliance of the trust to all relevant legislation such as CQC outcome 11: safety, availability and suitability of equipment & HTM 01-05. The following categories of equipment will need to be considered: — Applications for one or more lots or for the full managed service will be considered, — The expressions of interest should provide examples of systems proposed. The proposals must include the following: — Maintenance of an inventory of all equipment, — Maintenance of contemporaneous records of service & maintenance, — Provision of internal and participation in external audit, — Maintenance of a library copy of equipment manual / handbook, |
Published: | 14/04/2016 15:45 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Dorset HealthCare University NHS Foundation Trust
Sentinel House, 4-6 Nuffield Road, Poole, BH17 0RB, United Kingdom
Tel. +44 1202277271, Email: david.barratt@dhuft.nhs.uk
Contact: Procurement Department
Main Address: https://www.dorsethealthcare.nhs.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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Poole:-Repair-and-maintenance-services-of-medical-equipment./6W7Y8BH622
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
National or federal agency/office
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Medical Devices Total Managed Service
Reference Number: DH296
II.1.2) Main CPV Code:
50421000 - Repair and maintenance services of medical equipment.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Dorset HealthCare University NHS Foundation Trust is looking for a supplier to provide servicing and maintenance for our medical devices.
These services will need to be risk managed and programmed to ensure the compliance of the trust to all relevant legislation such as CQC outcome 11: safety, availability and suitability of equipment & HTM 01-05.
The following categories of equipment will need to be considered:
— Applications for one or more lots or for the full managed service will be considered,
— The expressions of interest should provide examples of systems proposed.
The proposals must include the following:
— Maintenance of an inventory of all equipment,
— Maintenance of contemporaneous records of service & maintenance,
— Provision of internal and participation in external audit,
— Maintenance of a library copy of equipment manual / handbook,
II.1.5) Estimated total value:
Value excluding VAT: 2,000,000
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: Offers will be invited for one or more of 4 lots detailed herein:
The Awarding Authority retains the right to determine if it should let a specific lot and is not required to let any or all lots.
The Awarding Authority does not commit to letting a contract(s) for any or all the components above, should it become evident that it is not economically advantageous to do so.
Suppliers will be able to bid for one or more lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Total managed service for all medical equipment
Lot No: 1
II.2.2) Additional CPV codes:
50421000 - Repair and maintenance services of medical equipment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: To provide a total managed medical equipment service for the Trust.
Provision of maintenance & documentation of equipment to meet statutory legislation.
Provision of cyclic maintenance and service to meet trust policy.
Provision of a breakdown and repair service to address failures of equipment.
Provision and maintenance of an inventory of all equipment included in the contract.
Provision of service, maintenance, inspection & alteration records for all equipment.
Provide information on request.
Advance notification of visits.
This would be providing a one stop shop for all the other lots listed in this notice.
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: 2,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
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: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of cadidates: 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
II.2) Description Lot No. 2
II.2.1) Title: Specialised equipment medical gases, endoscopes, dental, radiology
Lot No: 2
II.2.2) Additional CPV codes:
50421000 - Repair and maintenance services of medical equipment.
50420000 - Repair and maintenance services of medical and surgical equipment.
50400000 - Repair and maintenance services of medical and precision equipment.
24111500 - Medical gases.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Provision of maintenance & documentation of equipment to meet statutory legislation.
Provision of cyclic maintenance and service to meet trust policy.
Provision of a breakdown and repair service to address failures of equipment.
Provision and maintenance of an inventory of all equipment included in the contract.
Provision of service, maintenance, inspection & alteration records for all equipment.
Provide information on request.
Advance notification of visits.
Equipment list for lot 2.
Dental surgery equipment-Belmont,celsta.
Dental radiology equipment-Kodak R4, Philips, Planmecca, developing equipment.
Radiology equipment- exposure and devlopping.
Ultrasound equipment.
Decontamination equipment-washer disinfectors, endoscope washers, drying cabinets, ultrasonic baths.
Endoscopes-nasal, gastric, rectal, laparoscope, broncoscope,
Medical- gases portable-regulators, cylinders, concentrators.
Medical gases piped systems-inspection, maintenance.
Relative analgesia machines-Porter, Olmeda.
Suction equipment-LSU units, controllers.
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
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: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of cadidates: 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
II.2) Description Lot No. 3
II.2.1) Title: Clinical engineering equipment
Lot No: 3
II.2.2) Additional CPV codes:
50400000 - Repair and maintenance services of medical and precision equipment.
50420000 - Repair and maintenance services of medical and surgical equipment.
50421000 - Repair and maintenance services of medical equipment.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Provision of maintenance & documentation of equipment to meet statutory legislation. Provision of cyclic maintenance and service to meet trust policy. Provision of a breakdown and repair service to address failures of equipment provision and maintenance of an inventory of all equipment included in the contract Provision of service, maintenance, inspection & alteration records for all equipment provide information on request. Advance notification of visits.
Syringe drivers McKinley T34s, infusion devices Alaris, patient monitoring sphygmomanometers, Dinamaps, ECTs, ECGs, pulse oximeters, thermometers, anaesthetic equipment, anaesthetic machines, anaesthetic monitors, theatre equipment Bear Huggers, foot pumps, ventilators, microscopes theatres, dental, scanners, bladder scanners, tissue viability Doppler’s, respiratory equipment Nebulisers, spirometers, hearing screening equipment, defibrillators, enteral feeding pumps, enuresis alarms, haemostasis units.
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: 1,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
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: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of cadidates: 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
II.2) Description Lot No. 4
II.2.1) Title: Medical equipment beds, pressure relieving equipment, plinths, trollies, physiotherapy treatment
Lot No: 4
II.2.2) Additional CPV codes:
50421000 - Repair and maintenance services of medical equipment.
42418500 - Mechanical handling equipment.
37420000 - Gymnasium equipment.
33193120 - Wheelchairs.
33193121 - Motorised wheelchairs.
33192120 - Hospital beds.
45331231 - Installation work of refrigeration equipment.
42923000 - Weighing machinery and scales.
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Provision of maintenance of equipment to meet statutory legislation. Provision of a breakdown and repair service to address through out Dorset and surrounding areas. Failures of equipment, Provision and maintenance of an inventory of all equipment included in the contract. Provision of service, maintenance, inspection & alteration records for all equipment. Provide information on request. Advance notification of visits. Equipment for lot 4 beds- Linnet, Huntley, park house. Pressure relieving equipment-air mattresses, cushions Hoists. Handling / assistance equipment- Arjo Steadys, risers, adjustable baths, Rotunda. wheelchairs-Portering chairs, manual. Patient weighing-stand, sit wheelchair scales, hoist scales, BMI scales, baby scales. Plinths-Static, powered. Physiotherapy treatment equipment-ultrasound, TENS, neuromuscular stimulator, megapulse. Physiotherapy exercise equipment-treadmill, rowing machines, exercise cycles. Fridges-Pharmaceutical, blood. Macerators.
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: 500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
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: 3
/ Maximum number: 6
Objective criteria for choosing the limited number of cadidates: 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.2.2) 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
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 - NO
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 Provided
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: 16/05/2016 Time: 14:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 23/05/2016
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: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Poole:-Repair-and-maintenance-services-of-medical-equipment./6W7Y8BH622
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/6W7Y8BH622
VI.4) Procedures for review
VI.4.1) Review body:
Dorset HealthCare University NHS Foundation Trust
Sentinel House, 4-6 Nuffield Road, Poole, BH17 0RB, United Kingdom
Internet address: http://www.dorsethealthcare.nhs.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Precise information on deadline(s) for lodging appeals: The Trust will incorporate a mandatory 10 day standstill period before any contract is awarded.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 14/04/2016
Annex A