Opportunity

Maintenance for domiciliary ventilators and associated equipment

  • Guy's and St Thomas' NHS Foundation Trust for services at Royal Brompton and Harefield Hospitals

F02: Contract notice

Notice reference: 2021/S 000-024870

Published 6 October 2021, 10:27am



Section one: Contracting authority

one.1) Name and addresses

Guy's and St Thomas' NHS Foundation Trust for services at Royal Brompton and Harefield Hospitals

London

Contact

Lesley Saunders

Email

LifecycleEOI@lifecycle.co.uk

Telephone

+44 1865340800

Country

United Kingdom

NUTS code

UKI33 - Kensington & Chelsea and Hammersmith & Fulham

Internet address(es)

Main address

https://www.rbht.nhs.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.lifecycle.co.uk/tenders.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.lifecycle.co.uk/tenders.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Maintenance for domiciliary ventilators and associated equipment

Reference number

LGM33655

two.1.2) Main CPV code

  • 50421000 - Repair and maintenance services of medical equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Maintenance for homecare domiciliary ventilators and associated equipment, which includes filters, battery packs, batteries, battery charging units and humidification units.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKI - London

two.2.4) Description of the procurement

There are 2440 homecare ventilators located in the community, and approximately 165 in pool stock ready for use when required. The client requires all equipment to receive a planned preventative maintenance visit in line with OEM recommendations, with all routine parts replaced when required. The service must be carried out by trained and certified engineers who will visit the patients home or site of use to perform the required service.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 November 2021

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

8 November 2021

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

It is unknown whether this contract will be retendered in the future.

six.4) Procedures for review

six.4.1) Review body

Lifecycle Management Group Ltd

Oxford

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar days standstill period at the point of information on the decision to award the contract is communicated to bidders in accordance with Regulation 32A of the Public Procurement (Amendment etc.) (EU Exit) Regulations 2020.