The Hillingdon Hospitals NHS Foundation Trust: MANAGED SERVICE CONTRACT COVERING THE ENGINEERING SUPPORT, MAINTENANCE, REPAIR AND TRAINING ON BIOMEDICAL DEVICES

  The Hillingdon Hospitals NHS Foundation Trust is using Delta eSourcing to run this tender exercise

Notice Summary
Title: MANAGED SERVICE CONTRACT COVERING THE ENGINEERING SUPPORT, MAINTENANCE, REPAIR AND TRAINING ON BIOMEDICAL DEVICES
Notice type: Contract Notice
Authority: The Hillingdon Hospitals NHS Foundation Trust
Nature of contract: Services
Procedure: Restricted
Short Description: The purpose of this exercise is to establish a business partner who will provide a Full Biomedical Engineering Support Service covering approximately 6000 individual Medical Devices. As part of the service the successful Contractor will be required to provide training on these devices to end users and maintain a detailed Asset/Training/Tracking Register on each of these devices.
Published: 19/06/2015 15:04
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-Uxbridge: Miscellaneous medical devices and products.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      The Hillingdon Hospitals NHS Foundation Trust, RAS
      The Hillingdon Hospitals NHS Foundation Trust, Pield Heath Road, Uxbridge, UB8 3NN, United Kingdom
      Tel. +44 1895279896, Fax. +44 1895279434, Email: Andy.Carrey@thh.nhs.uk, URL: www.thh.nhs.uk, URL: http://thh.g2b.info/
      Contact: Andy Carrey, Attn: Andy Carrey

      Further information can be obtained at: ANNEX A.I
            
      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: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: MANAGED SERVICE CONTRACT COVERING THE ENGINEERING SUPPORT, MAINTENANCE, REPAIR AND TRAINING ON BIOMEDICAL DEVICES
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 1

         Region Codes: UKI23 - Outer London - West and North West         
      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:
      Miscellaneous medical devices and products. The purpose of this exercise is to establish a business partner who will provide a Full Biomedical Engineering Support Service covering approximately 6000 individual Medical Devices. As part of the service the successful Contractor will be required to provide training on these devices to end users and maintain a detailed Asset/Training/Tracking Register on each of these devices.
         
      II.1.6)Common Procurement Vocabulary:
         33190000 - Miscellaneous medical devices and products.
         

      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: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The purpose of this exercise is to establish a business partner who will provide a Full Biomedical Engineering Support Service covering approximately 6000 individual Medical Devices. As part of the service the successful Contractor will be required to provide training on these devices to end users and maintain a detailed Asset/Training/Tracking Register on each of these devices.                  
         Estimated value excluding VAT:
         Range between: 2,500,000 and 3,000,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         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: 36
         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 36 (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:Yes       
      If Yes, description of particular conditions:
      Initial applicants will only progress to the ITT stage if they qualify through a Pre-Qualification Process. Thereafter the successful supplier will be awarded to the highest scoring applicant (based on weighted criteria) that will be identified within the Invitation to Tender stage.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:

      Initial applicants will only progress to the ITT stage if they qualify through a Pre-Qualification Process. Thereafter the successful supplier will be awarded to the highest scoring applicant (based on weighted criteria) that will be identified within the Invitation to Tender stage.      
      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:
         Initial applicants will only progress to the ITT stage if they qualify through a Pre-Qualification Process. Thereafter the successful supplier will be awarded to the highest scoring applicant (based on weighted criteria) that will be identified within the Invitation to Tender stage.         
         Minimum Level(s) of standards possibly required:
         Initial applicants will only progress to the ITT stage if they qualify through a Pre-Qualification Process. Thereafter the successful supplier will be awarded to the highest scoring applicant (based on weighted criteria) that will be identified within the Invitation to Tender stage.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         Initial applicants will only progress to the ITT stage if they qualify through a Pre-Qualification Process. Thereafter the successful supplier will be awarded to the highest scoring applicant (based on weighted criteria) that will be identified within the Invitation to Tender stage.         
         Minimum Level(s) of standards possibly required:
         Initial applicants will only progress to the ITT stage if they qualify through a Pre-Qualification Process. Thereafter the successful supplier will be awarded to the highest scoring applicant (based on weighted criteria) that will be identified within the Invitation to Tender stage.      
      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: 5 and maximum number: 8         
         Objective Criteria for choosing the limited number of candidates:
         As defined in the relevant Diocumentation Pack (PQQ, ITT etc)   
   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: T/HILL/172      
      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: 23/07/2015
      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: 24/07/2015
         Time: 12:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 20/08/2015      
      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: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Uxbridge:-Miscellaneous-medical-devices-and-products./TNK2MN9544

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/TNK2MN9544
GO-2015619-PRO-6699094 TKR-2015619-PRO-6699093
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      The Hillingdon Hospital NHS Trust
      The Furze, Uxbridge, UB8 3NN, United Kingdom
      Tel. +44 1895279896

      Body responsible for mediation procedures:
               The Hillingdon Hospital NHS Trust
         The Furze, Uxbridge, UB8 3NN, United Kingdom
         Tel. +44 1895279896

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            The Hillingdon Hospital NHS Trust
      The Furze, Uxbridge, UB8 3NN, United Kingdom
      Tel. +44 1895279896, Email: Andy.Carrey@thh.nhs.uk

   VI.5) Date Of Dispatch Of This Notice: 19/06/2015

ANNEX A
   I) Addresses and contact points from which further information can be obtained:
      The Hillingdon Hospitals NHS Foundation Trust
      The Furze, Uxbridge, UB8 3NN, United Kingdom
      Tel. +44 1895279896, Fax. +44 1895279434, URL: www.thh.nhs.uk   

View any Notice Addenda

View Award Notice