GSTT Procurement - Smart Together is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Tender for the Provision of Maintenance, Servicing and Validation of Decontamination Equipment, including Water Sampling of Endoscope Wasters and R/O Units |
Notice type: | Contract Notice |
Authority: | GSTT Procurement - Smart Together |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | Tender for the Provision of Maintenance, Servicing and Validation of Decontamination Equipment, including Water Sampling of Endoscope Wasters and R/O Units |
Published: | 15/05/2013 17:00 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
King's Health Partners
C/o Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
Tel. +44 2071885343, Email: tarvinder.bhungle@gstt.nhs.uk
Contact: Procurement, Attn: Tarvinder Bhungle
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:
Other: Health/NHS
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: Tender for the Provision of Maintenance, Servicing and Validation of Decontamination Equipment, including Water Sampling of Endoscope Wasters and R/O Units
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 1
Region Codes: UKI - LONDON
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:
Decontamination equipment. Endoscopy, endosurgery devices. Repair and maintenance services of medical equipment. Tender for the Provision of Maintenance, Servicing and Validation of Decontamination Equipment, including Water Sampling of Endoscope Wasters and R/O Units
II.1.6)Common Procurement Vocabulary:
42924720 - Decontamination equipment.
33168000 - Endoscopy, endosurgery devices.
50421000 - Repair and maintenance services of medical equipment.
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: Yes
If yes, tenders should be submitted for: One or more lots
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:
Lot 1 - Maintenance and Servicing of Decontamination Equipment
Lot 2 - Authorising Engineer
Lot 3 - Periodic Validation Testing of Decontamination Equipment
Lot 4 - Water Sampling of Endoscope Washers and R.O. Units
Estimated value excluding VAT:
Range between: 200,000 and 800,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 2
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 24
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 36 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Maintenance and Servicing of Decontamination Equipment
1)Short Description:
Maintenance of Sterilizers, Washer Disinfectors and Endoscope Washers
2)Common Procurement Vocabulary:
50421000 - Repair and maintenance services of medical equipment.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 2
Title: Authorising Engineer
1)Short Description:
To carry out the role of Authorising Engineer of Trust Decontamination
2)Common Procurement Vocabulary:
42924720 - Decontamination equipment.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 3
Title: Periodic Validation Testing
1)Short Description:
To carry out weekly, quarterly and annual validation testing of Sterilizers, Washer Disinfectors and Endoscope Washers
2)Common Procurement Vocabulary:
42924720 - Decontamination equipment.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 4
Title: Water Sampling of Endoscope Washers and R.O. Units
1)Short Description:
Water sampling of Endoscope Washers and associated RO supply units
2)Common Procurement Vocabulary:
33168100 - Endoscopes.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As per PQQ document
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As per PQQ document
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per PQQ document
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:
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.
As per PQQ document
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.
Information and formalities necessary for evaluating if requirements are met:
As per PQQ document
Minimum Level(s) of standards possibly required:
As per PQQ document
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.
Information and formalities necessary for evaluating if requirements are met:
As per PQQ document
Minimum Level(s) of standards possibly required:
As per PQQ document
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: Yes
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: 7
Objective Criteria for choosing the limited number of candidates:
As per PQQ document
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: T2193
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: 13/06/2013
Time-limit for receipt of requests for documents or for accessing documents: 10:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 14/06/2013
Time: 09:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 17/06/2013
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: 2018
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: 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. Service providers must read this set of instructions and follow the process to respond to this opportunity. The information and/or documents for this opportunity are available on http://www.delta-esourcing.com/delta/index.html. 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 note there is a password reminder link on the delta homepage. Service providers must log in, go to your response manager and add the following access code: Z96J27F2EK. The deadline for submitting your response(s) is 13/06/2013 - 09:00. Please ensure that you allow yourself plenty of time when submitting your tender prior to the closing date and time, especially if you have been asked to upload documents. In order to overcome file size difficulties we request that tender submissions are completed in 'Word' or similar. Attachments to the response should be compiled into one zip file.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Decontamination-equipment./Z96J27F2EK
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Z96J27F2EK
GO-2013515-PRO-4806433 TKR-2013515-PRO-4806432
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
AS per PQQ
Body responsible for mediation procedures:
King's Health Partners
C/o Guy's & St Thomas' NHS Foundation Trust, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
Tel. +44 2071887188
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: 15/05/2013
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
As per PQQ documents
As per PQQ documents, As per PQQ documents, United Kingdom