Contract

Dental Inhalation Sedation Equipment, Maintenance & Consumables

  • Kent Community Health NHS Foundation Trust

F03: Contract award notice

Notice identifier: 2023/S 000-033211

Procurement identifier (OCID): ocds-h6vhtk-03ecd6

Published 9 November 2023, 3:38pm



Section one: Contracting authority

one.1) Name and addresses

Kent Community Health NHS Foundation Trust

110/120 Upper Pemberton, Eureka Park, Kennington

Ashford

TN25 4AZ

Contact

Mrs Sarah Woodcock

Email

sarah.woodcock2@nhs.net

Telephone

+44 1233667979

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

http://www.kentcht.nhs.uk

Buyer's address

http://www.kentcht.nhs.uk

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

Dental Inhalation Sedation Equipment, Maintenance & Consumables

Reference number

DN681380

two.1.2) Main CPV code

  • 51412000 - Installation services of dental and subspecialty equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Kent Community Health NHS Foundation Trust (KCHFT) Dental services are tendering for a

service contract for provision of OEM maintenance support and supply of new equipment for

Porter, Matrx and Accutron Inhalation Sedation (RA) equipment, RA Medical Miniscav dental

scavenging systems and OEM spare parts and consumable items.

OEM maintenance support for routine servicing and breakdown repairs is required across 17

dental clinic sites throughout East Kent and Inner and Outer North East London.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £180,000 / Highest offer: £240,000 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The aim of the service is to provide an efficient and effective technical support service to the

KCHFT Community Dental Services to ensure that the inhalation sedation equipment used

by KCHFT Community Dental Service meets the requisite health and safety standards to

minimise risks to patients who are undergoing treatment.

The Provider will ensure that all staff are appropriately qualified and competent to undertake

the work for which they are responsible and undertake continuous professional development

to maintain professional competencies.

The Provider will undertake annual planned equipment maintenance on each piece of

inhalation sedation equipment at the sites listed at Appendix 1 and will arrange such work to

ensure that it is completed with the minimal potential disruption to clinical services. The

Provider expects that, under normal circumstances, all items of inhalation sedation

equipment at an individual site are available to test during a single visit.

Planning will be carried out jointly between provider and authoriser dependant on availability

of engineers and access to clinical facilities. To be conducted on an annual basis.

The Provider will contact the KCHFT Dental Engineering Manager to schedule planned and

reactive maintenance visits, ahead of the necessary work and, whenever possible, will plan

for an entire year ahead or a substantial part thereof in agreement with the KCHFT Dental

Engineering Manager found at page 1 of this contract.

Where routine maintenance has identified a need for remedial action, then this will be

notified to the KCHFT Dental Engineering Manager. KCHFT will then make the appropriate

arrangements for return visit so that remedial works can be completed within 10 working

days.

The supply of consumables encompasses the core list specified in the commercial schedule

and may during the term of the contract extend beyond these items and the list is not

exhaustive.

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

documents which will be released to the supplier once they express interest.

two.2.5) Award criteria

Quality criterion - Name: Price is not the only award criterion and all criteria are stated only in the procurement documents / Weighting: 40%

Price - Weighting: 60%

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 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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-022631


Section five. Award of contract

Contract No

DN681380

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

8 November 2023

five.2.2) Information about tenders

Number of tenders received: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

R A Medical Services Ltd

Holmes House

Keighly

BN20 6SD

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £240,000

Lowest offer: £180,000 / Highest offer: £240,000 taken into consideration


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Kent Community Health NHS Foundation Trust

Trinity House, 110 - 120 Upper Pemberton

Ashford

TN25 4AZ

Email

sarah.woodcock2@nhs.net

Country

United Kingdom