Kings College Hospital NHS Foundation Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of EEG and Long Term Monitoring EEG (Telemetry) Equipment. |
Notice type: | Contract Notice |
Authority: | Kings College Hospital NHS Foundation Trust |
Nature of contract: | Supplies |
Procedure: | Accelerated restricted |
Short Description: | The Neurophysiology Department at Kings provides a diagnostic service for Neurosciences and a wide range of specialties within the Trust as well as for other hospitals across SE London and Kent. EEGs (Electroencephalograms) and EEG video telemetry make up a large proportion of this diagnostic activity. Requests for EEGs from the acute specialties, particularly adult and paediatric critical care have been steadily growing over the last two years. The Trust is seeking expressions of interest for a framework agreement that will enable us to purchase this type of equipment. This will be a replacement programme for Portable Telemetry recorders and EEG equipment, potential suppliers will need to provide equipment which will have the ability to integrate with the hospital Electronic Patient Record (EPR) system, and to include clinical support, training and technical support. |
Published: | 03/06/2015 14:22 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
King's Health Partners, Kings College Hospital NHS Foundation Trust
Unit 1 KCH Business Park, 129 Coldharbour Lane, Camberwell, London, SE5 9NY, United Kingdom
Tel. +44 2032994543, Fax. +44 2032993218, Email: j.gomba@nhs.net
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: No
Section II: Object Of The Contract: SUPPLIES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Supply of EEG and Long Term Monitoring EEG (Telemetry) Equipment.
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 the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 2
II.1.5)Short description of the contract or purchase:
Telemetry equipment. The Neurophysiology Department at Kings provides a diagnostic service for Neurosciences and a wide range of specialties within the Trust as well as for other hospitals across SE London and Kent. EEGs (Electroencephalograms) and EEG video telemetry make up a large proportion of this diagnostic activity. Requests for EEGs from the acute specialties, particularly adult and paediatric critical care have been steadily growing over the last two years.
The Trust is seeking expressions of interest for a framework agreement that will enable us to purchase this type of equipment. This will be a replacement programme for Portable Telemetry recorders and EEG equipment, potential suppliers will need to provide equipment which will have the ability to integrate with the hospital Electronic Patient Record (EPR) system, and to include clinical support, training and technical support.
II.1.6)Common Procurement Vocabulary:
32441000 - Telemetry equipment.
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
II.2.2)Options: Not Provided
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 1
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Not Provided
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: 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:
Not Provided
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.
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.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Accelerated Restricted
Justification for the choice of accelerated procedure: Urgent requirement to replace aging equipment.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Not Provided
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: F/558/15
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: 17/06/2015
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: 17/06/2015
Time: 12:00
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: Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and / or documents for this opportunity are available on https://www.delta-esourcing.com/delta. 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 not there is a password reminder link on the homepage. Suppliers must log in, go to your response manager and add the following access code: Access Code: 54X39466VK. Please ensure you follow any instruction provided here. Please ensure you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Telemetry-equipment./54X39466VK
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/54X39466VK
GO-201563-PRO-6650718 TKR-201563-PRO-6650717
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
King's College Hospital NHS Foundation Trust
Denmark Hill, Camberwell, London, SE5 9RS, United Kingdom
Tel. +44 2032994000
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: 03/06/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-London: Telemetry equipment.
I.1)Name, Addresses and Contact Point(s):
King's Health Partners, Kings College Hospital NHS Foundation Trust
Unit 1 KCH Business Park, 129 Coldharbour Lane, Camberwell, London, SE5 9NY, United Kingdom
Tel. +44 2032994543, Fax. +44 2032993218, Email: j.gomba@nhs.net
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Not Provided
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
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Supply of EEG and Long Term Monitoring EEG (Telemetry) Equipment.
II.1.2)Type of contract and location of works:
SUPPLIES
)Purchase
Region Codes: UKI - LONDON
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Telemetry equipment. The Neurophysiology Department at Kings provides a diagnostic service for Neurosciences and a wide range of specialties within the Trust as well as for other hospitals across SE London and Kent. EEGs (Electroencephalograms) and EEG video telemetry make up a large proportion of this diagnostic activity. Requests for EEGs from the acute specialties, particularly adult and paediatric critical care have been steadily growing over the last two years.
The Trust is seeking expressions of interest for a framework agreement that will enable us to purchase this type of equipment. This will be a replacement programme for Portable Telemetry recorders and EEG equipment, potential suppliers will need to provide equipment which will have the ability to integrate with the hospital Electronic Patient Record (EPR) system, and to include clinical support, training and technical support.
II.1.5)Common procurement vocabulary:
32441000 - Telemetry equipment.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Not Provided
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Accelerated Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Quality - 75
Price - 25
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: F/558/15
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: F/558/15
Title: Supply of EEG and Long Term (Telemetry) Equipment
V.1)Date Of Contract Award: 08/02/2016
V.2) Information About Offers
Number Of Offers Received: 3
Number Of Offers Received By Electronic Means: 3
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Optima Medical Ltd
Postal address: 30A Alan Turing Road, The Surrey Research Park, Guildford
Town: Surrey
Postal code: GU2 7AA
Country: United Kingdom
Email: orders@optimamedical.com
Internet address: www.optimamedical.com
V.4)Information On Value Of Contract
If annual or monthly value:
Number of years: 2
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
Suppliers must read through this set of instructions and follow the process to respond to this opportunity. The information and / or documents for this opportunity are available on https://www.delta-esourcing.com/delta. 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 not there is a password reminder link on the homepage. Suppliers must log in, go to your response manager and add the following access code: Access Code: 54X39466VK. Please ensure you follow any instruction provided here. Please ensure you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=190239132
GO-2016215-PRO-7762851 TKR-2016215-PRO-7762850
VI.3.1)Body responsible for appeal procedures:
King's College Hospital NHS Foundation Trust
Denmark Hill, Camberwell, London, SE5 9RS, United Kingdom
Tel. +44 2032994000
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 15/02/2016