Dorset HealthCare University NHS Foundation Trust is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Supply of Portable Bladder Scanning Equipment |
Notice type: | Contract Notice |
Authority: | Dorset HealthCare University NHS Foundation Trust |
Nature of contract: | Supplies |
Procedure: | Restricted |
Short Description: | Dorset HealthCare University NHS Foundation Trust requires portable bladder scanning equipment for specialist continence nurses and continence services. The Trust may therefore require different models suitable for both 1. Community nurses, which will therefore need to be light and easily transportable, 2. Clinic or ward based. |
Published: | 20/06/2014 12:07 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Dorset HealthCare University NHS Foundation Trust
Sentinel House, 4-6 Nuffield Road, Nuffield Industrial Estate, Poole, BH17 0RB, United Kingdom
Email: david.barratt@dhuft.nhs.uk
Contact: David Barratt
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:
National or federal agency/office
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 Portable Bladder Scanning Equipment
II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
A combination of these
Region Codes: UKK - SOUTH WEST (ENGLAND)
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:
Ultrasound scanners. Diagnostic ultrasound devices. Miscellaneous medical devices and products. Dorset HealthCare University NHS Foundation Trust requires portable bladder scanning equipment for specialist continence nurses and continence services. The Trust may therefore require different models suitable for both
1. Community nurses, which will therefore need to be light and easily transportable,
2. Clinic or ward based.
II.1.6)Common Procurement Vocabulary:
33112300 - Ultrasound scanners.
33124120 - Diagnostic ultrasound devices.
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: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The awarding authority does not commit to letting a contract(s) for any or all the
components above, should it become evident that it is not economically advantageous
to do so.
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: 60 (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:
Parent Company guarantees may be required in certain circumstances
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 liability
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:
Suppliers Instructions How to Express Interest in this Tender:- The PQQ is linked to this notice, please follow instructions provided to use the e-sourcing portal https://www.delta-esourcing.com. There is a messaging function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online and offline actions for you to perform (there is detailed online help available). If you require any further assistance please consult the online help, or contact the eTendering help desk https://www.delta-esourcing.com/delta/contact.html
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:
1)All candidates will be required to produce a certificate or declaration
demonstrating that they are not bankrupt or the subject of an administration order,
are not being wound-up, have not be granted a trust deed, are not subject of a
petition presented for sequestration of their estate, have not had a receiver,
manager or administrator appointed and are not otherwise apparently insolvent.
2)All candidates will be required to produce a certificate or declaration
demonstrating that the candidate, their directors, or any other person who has power
of representation, decision or control of the candidate has not been convicted of
conspiracy, bribery, or money laundering. Failure to provide such declaration will
result in the candidate being declared ineligible and they will not be selected to
participate in this procurement process.
3)All candidates will be required to produce a certificate or declaration
demonstrating that they have not been convicted of a criminal offence relating to the
conduct of their business or profession.
4)All candidates will be required to produce a certificate or declaration
demonstrating that they have not committed an act of grave misconduct in the course
of their business or profession.
5)All candidates must comply with the requirements of the state in which they are
established, regarding registration on the professional or trade register.
6)Any candidate found guilty of serious misrepresentation in providing any
information required, may be declared ineligible and not selected with this
procurement process.
7) All candidates will be required to produce a certificate or declaration
demonstrating that they have fulfilled obligations relating to the payment of social
security contributions under the law of part of the united kingdom or of the relevant
state in which the candidate is established.
8)All candidates will be required to produce a certificate or declaration
demonstrating that they have fulfilled obligations relating to the payment of taxes
under the law of any part of the united kingdom or of relevant state in which the
economic operator is established.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
1)A statement of the candidate’s average number of staff and managerial staff over
the previous 3 years.
2)Details of the educational and professional qualifications of their managerial
staff; and those of the person(s) who would be responsible for providing the services
or carrying out the works under the contract.
3)A statement of the principal goods sold or services provided by the suppliers or
the services provider in the past 3 years, detailing the dates on which the goods
were sold or the service provided; the consideration received; the identity of the
person to whom the goods were sold or the services were provided.
4)A statement of the candidate’s technical facilities; measure for ensuring quality;
and their study and research facilities.
5)An indication of the proportion of the contract which the services provider intends
possibly to subcontract.
6)A statement of the technicians or technical service available to the candidate to
carry out the work under contract; or be involved in the production of goods or the
provision of the services under the contract; particularly those responsible for
quality control, whether or not they are independent of the candidate.
7)A list of works carried out over the past 5 years, detailing the value of the
consideration received; when and where the work or works were carried out; and
whether they were carried out according to the rules of the trade or profession and
properly completed.
III.2.4)Information about reserved contracts: Not Provided
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: 3 and maximum number: 6
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: Not Provided
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 21/07/2014
Time: 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: Not Provided
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.
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Poole:-Ultrasound-scanners./HQR33Q45F3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/HQR33Q45F3
GO-2014620-PRO-5757779 TKR-2014620-PRO-5757778
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
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: 20/06/2014
ANNEX A
View any Notice Addenda
Section I: Contracting Authority
Title: UK-Poole: Ultrasound scanners.
I.1)Name, Addresses And Contact Point(s)
Dorset HealthCare University NHS Foundation Trust
Sentinel House, 4-6 Nuffield Road, Nuffield Industrial Estate, Poole, BH17 0RB, United Kingdom
Email: david.barratt@dhuft.nhs.uk
Contact: David Barratt
I.2)Type Of Purchasing Body
Contracting authority
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority/entity: Supply of Portable Bladder Scanning Equipment
II.1.2)Short description of the contract or purchase:
Ultrasound scanners. Diagnostic ultrasound devices. Miscellaneous medical devices and products. Dorset HealthCare University NHS Foundation Trust requires portable bladder scanning equipment for specialist continence nurses and continence services. The Trust may therefore require different models suitable for both
1. Community nurses, which will therefore need to be light and easily transportable,
2. Clinic or ward based.
II.1.3)Common procurement vocabulary:
33112300 - Ultrasound scanners.
33124120 - Diagnostic ultrasound devices.
33190000 - Miscellaneous medical devices and products.
Section IV: Procedure
IV.1) Type of Procedure
IV.1.1)Type of procedure (as stated in the original notice): Restricted
IV.2)Administrative Information
IV.2.1)File reference number attributed by the contracting authority/entity: Not Provided
IV.2.2)Notice reference for electronically submitted notice
Original Notice sent via: OJS eSender
Notice Reference: 2015 - 137741
IV.2.3)Notice to which this publication refers: Not Provided
IV.2.4)Date of dispatch of the original Notice: 20/06/2014
Section VI: Complementary Information
1: Complementary Information
VI.1)This notice involves: Incomplete Procedure
VI.2)Information on incomplete awarding procedure
The awarding procedure has been discontinued.
VI.4)Other 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.
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=145785815
GO-201563-PRO-6650358 TKR-201563-PRO-6650357
VI.5)Date of dispatch: 03/06/2015