GSTT - Essentia is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Decontamination Service |
Notice type: | Contract Notice |
Authority: | GSTT - Essentia |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | This procurement is concerned with decontamination of re-usable surgical instruments only, in a community setting, and will result in award of a single supplier Framework Agreement. The Contracting Authority, for the Framework Agreement, will be GSTT NHS Foundation Trust (procurement will be facilitated by Essentia Community). Currently, the following Trusts (community provision only) have confirmed interest in accessing the framework: • St Georges Healthcare NHS Trust; • The Royal Marsden NHS Foundation Trust; • Your Healthcare Community Interest Company Limited; and • Hounslow and Richmond Community Healthcare. The key objectives of the Procurement are: To secure a high quality service which complies with all relevant national standards and requirements (i.e. BS EN ISO 9001:2008; BS EN ISO 13485: 2012; MDD 93/42/EEC); To improve the quality and safety of care available to patients; To deliver an affordable and Value for Money (VfM) service; and To ensure flexibility in the service necessary to meet current and future demand. The scope of this procurement incorporates the decontamination of reusable surgical instruments, in a community setting, for the following services: Podiatry; Family Planning; Minor Injuries and Walk in Centre’s; and Other e.g. Minor Surgeries. |
Published: | 11/04/2014 11:48 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Guy's & St Thomas' NHS Foundation Trust (c/o Essentia Community)
120 The Broadway, Wimbledon, London, SW19 1RH, United Kingdom
Tel. +44 2086874510, Email: david.mansfield@swlondonssp.nhs.uk, URL: www.guysandstthomas.nhs.uk
Electronic Submission URL: www.delta-esourcing.com
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: Yes
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Decontamination Service
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 25
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 a single operator
Duration of the framework agreement:
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 2,000,000 and 4,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Health services. This procurement is concerned with decontamination of re-usable surgical instruments only, in a community setting, and will result in award of a single supplier Framework Agreement. The Contracting Authority, for the Framework Agreement, will be GSTT NHS Foundation Trust (procurement will be facilitated by Essentia Community).
Currently, the following Trusts (community provision only) have confirmed interest in accessing the framework:
• St Georges Healthcare NHS Trust;
• The Royal Marsden NHS Foundation Trust;
• Your Healthcare Community Interest Company Limited; and
• Hounslow and Richmond Community Healthcare.
The key objectives of the Procurement are:
To secure a high quality service which complies with all relevant national standards and requirements (i.e. BS EN ISO 9001:2008; BS EN ISO 13485: 2012; MDD 93/42/EEC);
To improve the quality and safety of care available to patients;
To deliver an affordable and Value for Money (VfM) service; and
To ensure flexibility in the service necessary to meet current and future demand.
The scope of this procurement incorporates the decontamination of reusable surgical instruments, in a community setting, for the following services:
Podiatry;
Family Planning;
Minor Injuries and Walk in Centre’s; and
Other e.g. Minor Surgeries.
II.1.6)Common Procurement Vocabulary:
85100000 - Health services.
DA38-5 - Decontamination
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
Estimated value excluding VAT:
Range between: 2,000,000 and 4,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 48
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (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:
A Parent Company Guarantee and/or other forms of assurance re: performance and/or financial standing may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment arrangements will be detailed within the Invitation to Tender (ITT) documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Economic operators participating in a joint tender will assume joint and several liability to the Contracting Authority for the performance of the contract.
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:
Information and formalities necessary for evaluating if requirements are met:
As detailed within the Pre-Qualification Questionnaire (PQQ).
Minimum Level(s) of standards possibly required:
As detailed within the Pre-Qualification Questionnaire (PQQ) and Guidance.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
As detailed within the Pre-Qualification Questionnaire (PQQ).
Minimum Level(s) of standards possibly required:
As detailed within the Pre-Qualification Questionnaire (PQQ) and Guidance.
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: No
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 minimum number: 4 and maximum number: 8
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: Q0524 - Decontamination Service
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: 12/05/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 05/06/2014
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: Yes
Estimated timing for further notices to be published: 36 months
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.
Bidders are to note that the framework will also be available to all current and future London Procurement Partnership (LPP) clients, and NHS Community Providers operating in Surrey, Sussex and Kent.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Health-services./K85FDJ46BC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K85FDJ46BC
GO-2014411-PRO-5599713 TKR-2014411-PRO-5599712
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Guy's & St Thomas' NHS Foundation Trust
Great Maze Pond, London, SE1 9RT, United Kingdom
Tel. +44 2071887188, URL: www.guysandstthomas.nhs.uk
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: 11/04/2014
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
St Georges Healthcare NHS Trust (SWL Cluster Lead Commissioner)
Blackshaw Road, Tooting, London, SW17 0QT, United Kingdom