Tender

MEDICAL MAINTENANCE FRAMEWORK FOR CLINICAL IMAGING EQUIPMENT

  • Royal Cornwall Hospitals NHS Trust

F02: Contract notice

Notice identifier: 2021/S 000-027303

Procurement identifier (OCID): ocds-h6vhtk-02f215

Published 1 November 2021, 12:10pm



Section one: Contracting authority

one.1) Name and addresses

Royal Cornwall Hospitals NHS Trust

Treliske

Truro

TR1 3LJ

Contact

Paul Laing

Email

paul.laing2@nhs.net

Telephone

+44 7771820955

Country

United Kingdom

NUTS code

UKK30 - Cornwall and Isles of Scilly

Internet address(es)

Main address

https://www.royalcornwall.nhs.uk/

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/45644

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39978&B=NHSSW

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=39978&B=NHSSW

Tenders or requests to participate must be submitted to the above-mentioned address

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

MEDICAL MAINTENANCE FRAMEWORK FOR CLINICAL IMAGING EQUIPMENT

Reference number

NHS1408

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

The Royal Cornwall Hospitals NHS Trust is renewing their 4 year Medical Maintenance Framework for their Clinical Imaging Equipment.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50400000 - Repair and maintenance services of medical and precision equipment
  • 50420000 - Repair and maintenance services of medical and surgical equipment
  • 50421000 - Repair and maintenance services of medical equipment
  • 50421200 - Repair and maintenance services of X-ray equipment
  • 50410000 - Repair and maintenance services of measuring, testing and checking apparatus

two.2.3) Place of performance

NUTS codes
  • UKK30 - Cornwall and Isles of Scilly

two.2.4) Description of the procurement

The Royal Cornwall Hospitals NHS Trust is renewing their 4 year Medical Maintenance Framework for their Clinical Imaging equipment.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

See Selection Questionnaire.

The Trust Reserves The Right To Require Deposits, Parent Company Guarantees Or Other Forms Of Security.

three.1.2) Economic and financial standing

List and brief description of selection criteria

See Selection Questionnaire.

Appropriate statements from bankers.

Presentation of the undertaking’s balance sheets or extracts from balance sheets.

Statements of the firm’s overall turnover and the turnover in respect of the goods to which the contract relates for the three previous financial years.

List of the principal deliveries effected in the past three years, with the sums, dates and recipients, public or private, involved.

three.1.3) Technical and professional ability

List and brief description of selection criteria

See Selection Questionnaire.

Description of the undertaking’s technical facilities, its measures for ensuring quality and its study and research facilities.

Indication of the technicians or technical bodies involved, whether or not belonging directly to the undertaking, especially those responsible for quality control.

Samples, description and/or photographs of the products to be supplied.

Certificates drawn up by official quality control institutes or agencies.

Indication of arrangements for quality checks on the supplier’s premises.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See Selection Questionnaire and Tender documents.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 8

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

1 December 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

10 December 2021

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

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 48 months.

six.2) Information about electronic workflows

Electronic ordering will be used

six.3) Additional information

The Selection Questionnaire must be completed by the deadline and submitted via the e-tendering portal to be included within the process. This tender is being conducted using electronic means using the Internet. Companies should register their interest and respond to the contract notice using the link to the e-tendering portal https://uk.eu-supply.com

Potential suppliers are required to click on the current opportunities button on the e-tendering site to view details of this procurement and then use the online registration link to enter their company details. Within the form to register company details, there is a “Test” button to verify the identified e-mail address. It is strongly recommended that this is used, to ensure validity and effectiveness of the link registered for messages to/from the e-tendering site.

Once the registration screen has been completed and an e-mail confirming successful registration of the company has been received from CTM, suppliers can continue to follow the on screen prompts to register an expression of interest in any particular tender. Details of the process to be followed are also available in ‘A Suppliers First Step Guide’ from the CTM login page. The guide will explain some of the requirements and procedures involved when responding to a tender. For more detailed information there is a second document ‘Suppliers User Guide’ that can be found on the CTM home page.

six.4) Procedures for review

six.4.1) Review body

Royal Cornwall Hospitals NHS Trust

Treliske

Truro

TR1 3LJ

Country

United Kingdom