Supply Operating Tables and Theatre Lighting to NHS Scotland
procurement of Operating Tables, Transfer Systems, Surgical Trolley Systems, Theatre Lighting, Associated Mattresses and Associated Maintenance.
United Kingdom-Edinburgh: Operating tables
2016/S 101-179780
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
UNITED KINGDOM
Contact person: Kris Lindsay, Commodity Manager
Telephone: +44 1312757454
E-mail: kris.lindsay@nhs.net
NUTS code: UKM
Internet address(es):Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
NP162/16 Operating Tables and Theatre Lighting.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement of Operating Tables, Transfer Systems, Surgical Trolley Systems, Theatre Lighting, Associated Mattresses and Associated Maintenance, including any associated accessories, delivery and training (‘Products’) on behalf of all entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014 (collectively hereafter referred to as ‘Participating Authorities’).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Mobile Operating Tables (Including Accessories and Maintenance)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of this lot is for the provision of electro-hydraulic drive modular mobile theatre tables designed to provide a surface that supports a patient’s body during surgical procedures ensuring that operations are conducted in a safe and efficient manner.
Tendered tables must have a non-transferable top which is permanently attached to a moveable base that has castors or wheels and brakes. Modular table tops should be split into head, body and leg/foot sections. The individual sections must be adjustable (or removable) to enable patients to be correctly positioned.
Tables must be available with a range of accessories which can be added to enable use in a range of specialities such as: cardiothoracic, general, neurosurgery, oral and maxillofacial, ENT, paediatric, plastic/re-constructive, orthopaedics/trauma, urology and obstetrics/gynaecology, and ophthalmic.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority envisages that four (4) Potential Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of this ITT).
II.2.1)Title:
Transfer Systems (Including Accessories and Maintenance)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Electro-hydraulic drive modular theatre tables with transferable table top designed to provide a surface that supports a patient’s body during surgical procedures ensuring that operations are conducted in a safe and efficient manner. Modular table tops should be split into head, body and leg/foot sections. The individual sections must be adjustable (or removable) to enable patients to be correctly positioned.
Tables must be available with a range of accessories which can be added to enable use in a range of specialities such as: cardiothoracic, general, neurosurgery, oral and maxillofacial, ENT, paediatric, plastic/re-constructive, orthopaedics/trauma, urology and obstetrics/gynaecology, and ophthalmic.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority envisages that four (4) Potential Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of this ITT).
II.2.1)Title:
Surgical Trolley Systems (Including Accessories and Maintenance)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Easily manoeuvrable patient trolley/operating tables designed for recovery, transport and surgery, predominantly in day surgery. The tables must be designed to ensure patient comfort and safety during recovery and transport whilst also providing a surface that supports a patient’s body during surgical procedures ensuring that operations are conducted in a safe and efficient manner. The tables must be configurable to enable use in various specialities including shoulder arthroscopy, ophthalmic, gynaecology, ENT/dental and gynaecology.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority envisages that four (4) Potential Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of this ITT).
II.2.1)Title:
LED Operating Theatre Lamps (Including Accessories and Maintenance)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The supply, installation and commissioning of Operating Theatre Luminaire. Further details included within the NP162/16 Operating Tables, Transfer Systems, Surgical Trolley Systems, Theatre Lighting and Mattresses Requirement Document.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority envisages that eight (8) Potential Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of this ITT).
II.2.1)Title:
Operating Table Mattresses
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The supply of replacement mattresses for Operating Tables detailed within the pricing schedule.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority envisages that eight (8) Potential Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of this ITT).
II.2.1)Title:
Operating Table Maintenance and Repair
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of pre-planned maintenance and ad hoc repairs for Operating Tables detailed within the pricing schedule.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The Authority envisages that eight (8) Potential Framework Participants will be awarded to the Lot (subject to submission of admissible Tenders as determined in accordance with the provisions of this ITT).
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Applicable to all lots:
— All tendered products must fully comply with the Requirement Documents included within the tender;
— If awarded to the Framework Potential Framework Participants must provide evidence that tendered products are CE marked complying with Medical Device Council Directive 93/42/EEC. Evidence should be in form of certification issued by a notified body.
Applicable to Lot 1, 2, 3 Operating Tables, Transfer Systems and Surgical Trolley Systems:
— Tendered tables must have as a minimum fully comprehensive warranty period of 3 years;
— Potential Framework Participants must compete a Pre-Purchase Questionnaire for tendered products;
— Potential Framework Participants must confirm that they are be able to start supply of products within 30 days of the estimated contract start date of 1.11.2016;
— All tendered pricing must be inclusive of delivery, installation and commissioning, and initial training as required;
— Potential Framework Participants must confirm that service and user manuals will be provided with all equipment when purchased;
— Potential Framework Participants must detail all call-outs over the most recent 24 month period for current NHS Scotland customers. Information provided should detail reason for call-out, fault identified and any charges associated with the repair. Suppliers who do not currently have any NHS Scotland customers should provide this information for customers based in the rest of the UK, or other similar geographical locations. Customer details for data provided for non-NHS Scotland customers maybe redacted;
— Potential Framework Participants must confirm that following any Hazard warning or Safety action notices that any associated product tendered shall be repaired FOC;
— Potential Framework Participants must confirm full Support and Servicing, with no exceptions, will be available for at least 7 years following installation or end of production, whichever is later;
— Potential Framework Participants must provide details of all current service contracts held for equipment in NHS Scotland. Information must include: serial numbers, equipment model, location, service cover level, renewal date and annual cost.
Applicable to Lot 4 Theatre Lighting:
— If awarded to the Framework Potential Framework Participants must provide certification to confirm that tendered products comply with the British Standard (BS) and International Electro Technical Commission (IEC) Standard 60601-2-41:2000 or equivalent and where applicable for products tendered:
EN 60601-1 General requirements;
EN 60601-1-2 Electromagnetic compatibility — requirements and tests;
EN 60601-2-41 Particular requirements for the safety of surgical luminaries and luminaries for diagnosis;
EN- 60601-1-8 Alarm systems;
EN 60601-2-50 Photo therapy;
IEC 60364-7-710 Back-up battery;
— Potential Framework Participants must compete a Pre-Purchase Questionnaire for tendered products;
— All tendered pricing must be inclusive of delivery;
— Potential Framework Participants must confirm full Support and Servicing, with no exceptions, will be available for at least 7 years following installation or end of production, whichever is later.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visit:https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 6148 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
(SC Ref:446350).
VI.4.1)Review body
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
UNITED KINGDOM
Telephone: +44 1698794410Internet address:http://www.nhsscotlandprocurement.scot.nhs.uk/
VI.4.3)Review procedure
The Authority will notify economic operators who submitted a tender or (where no de-selection notification has previously been made) applied to be selected to tender, of its decision to award the framework agreement which notification will contain among other information, a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the Authority despatches the notice(s) and the date on which the Authority proposes to conclude the relevant framework agreement.
The bringing of Court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the framework agreement until the Court proceedings are determined, discontinued or disposed of, or the Court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the Courts before the framework agreement has been entered into include the setting aside of the decision to award the framework agreement to the winning tenderer(s). The bringing of Court proceedings against the Authority after the framework agreement has been entered into will not affect the framework agreement unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2012 can be established. Otherwise the remedies that may be awarded by the Courts where the framework agreement has been entered into are limited to the award of damages. Economic operators are entitled to write to the Authority after receipt of the notification should they require further clarification. The Authority will respond within 15 days of such a written request, but it should be noted that receipt by the Authority of such request during the standstill period may not prevent the Authority from awarding the framework agreement following the expiry of the standstill period.
Where an economic operator is dissatisfied with the Authority’s response to its request for clarification, or considers that the framework agreement has been concluded in breach of The Public Contracts (Scotland) Regulations 2012, such economic operator is advised to promptly seek independent legal advice.
VI.5)Date of dispatch of this notice:
Related Posts
Imaging Equipment Service Contract
Supply and Delivery of Birth Control Devices
PHE Public Health Microbiology Framework
Tender to Supply Drug Testing Kits