GSTT Archive is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | T2345 - Supply of a 3D Printer |
Notice type: | Contract Notice |
Authority: | GSTT Archive |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The aim is to develop a sustainable medical 3D printing facility alongside existing resources for innovation to service a growing range of clinical and research applications within Guy’s & St Thomas’ NHS Foundation Trust and externally.A key objective is the purchase a 3D printer suitable for two initial clinical applications, one in paediatric cardiology and one in brachytherapy. The facility will support innovative clinical developments by providing complex objects printed directly from medical 3D image datasets. This will fit well with the GST Charity mission to act as a catalyst for health and healthcare innovation underpinned by world class research. It also meets the Charity’s mission ‘to help transform healthcare’, placing an exciting new technology within a facility that already supports research and innovation in service. |
Published: | 17/12/2014 18:04 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Guy's & St Thomas' NHS Foundation Trust
Procurement Department, 2nd Floor, New City Court, Guy's Hospital, Great Maze Pond, London, SE1 9RT, United Kingdom
Tel. +44 2071885340, Email: sachin.joshi@gstt.nhs.uk, URL: www.gstt.nhs.uk
Attn: Mr Sachin Joshi, Sourcing Manager
Electronic Access URL: www.delta-esourcing.com
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
Education
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: T2345 - Supply of a 3D Printer
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 a public contract
II.1.5)Short description of the contract or purchase:
Medical equipments. The aim is to develop a sustainable medical 3D printing facility alongside existing resources for innovation to service a growing range of clinical and research applications within Guy’s & St Thomas’ NHS Foundation Trust and externally.A key objective is the purchase a 3D printer suitable for two initial clinical applications, one in paediatric cardiology and one in brachytherapy. The facility will support innovative clinical developments by providing complex objects printed directly from medical 3D image datasets. This will fit well with the GST Charity mission to act as a catalyst for health and healthcare innovation underpinned by world class research. It also meets the Charity’s mission ‘to help transform healthcare’, placing an exciting new technology within a facility that already supports research and innovation in service.
II.1.6)Common Procurement Vocabulary:
33100000 - Medical equipments.
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: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
1 x 3D Printer and associated printer consumable/materials
Estimated value excluding VAT:
Range between: 1 and 165,000
Currency: GBP
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 12 (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:
Joint and several
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Please refer to the ITT documentation.
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.
Please refer to the ITT documentation.
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.
Minimum Level(s) of standards possibly required:
Please refer to the ITT documentation.
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;
(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.
Minimum Level(s) of standards possibly required:
Please refer to the ITT documentation.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
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: T2345
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: 30/01/2015
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: 30/01/2015
Time: 17:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in month(s): 3
IV.3.8)Conditions for opening tenders
Date: 30/01/2015
Time: 17:01
Persons authorised to be present at the opening of tenders: No
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-London:-Medical-equipments./97A5UK4KP6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/97A5UK4KP6
GO-20141217-PRO-6236042 TKR-20141217-PRO-6236041
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Guy's & S Thomas' NHS Foundation Trust
United Kingdom
Body responsible for mediation procedures:
Guy's & S Thomas' NHS Foundation Trust
United Kingdom
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Guy's & S Thomas' NHS Foundation Trust
United Kingdom
VI.5) Date Of Dispatch Of This Notice: 17/12/2014
ANNEX A