Defibrillator Support Contract
1. Provision of ad-hoc maintenance and repairs to the existing equipment fleet including equipment specific test equipment, in accordance with the Original Equipment Manufacturer (OEM) maintenance manuals.
UK-Bristol: Repair and maintenance services of medical equipment
2013/S 117-200127
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Medical and General Supplies (M&GS), DE&S
Elm 2b, #4226, Nh4, MoD, Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983552
E-mail: DESCommodities-MGS-Comrcl-3D1@mod.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 1: Maintenance and repair services
NUTS code UK
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 610 000 GBP
1. Provision of ad-hoc maintenance and repairs to the existing equipment fleet including equipment specific test equipment, in accordance with the Original Equipment Manufacturer (OEM) maintenance manuals.
2. The support arrangements are to include provision of OEM spares, ancillaries, consumables and test equipment, with possible future purchases of capital equipment (HeartStart FR3 and HeartStart MRx).
3. The provision of accredited User Train the Trainer courses for MOD instructors as well as being able to provide and deliver User Training courses.
4. The provision of accredited Maintainer Train the Trainer courses for the MOD instructors as well as being able to provide and deliver Maintainer Training courses to enable MOD Technicians to maintain and repair the equipment in accordance with the OEM Maintenance Manuals.
5. Provision of expert technical advice, configuration control information, updates for the equipment fleet, user and maintenance manuals must also be supplied.
Expressions of interest are to be submitted with the following evidence:
1. Proof from the Equipment Manufacturer giving the authorisation to carry out maintenance and repairs on the HeartStart FR3 and HeartStart MRx Defibrillator.
2. Proof from the Equipment Manufacturer giving the authorisation to carry out user and maintainer training courses for the HeartStart FR3 and HeartStart MRx Defibrillator.
3. Certification of Quality Management ISO9001:2008
4) Copies of their 3 most recent audited annual accounts
5) Conformation that they are willing or able to trade electronically using the Purchase to Payment (P2P) business process.
Qualifications: Potential Providers expressing an interest in tendering for this requirement may be required to complete a Pre-Qualification Questionnaire (PQQ) and may be asked to provide supporting documentation.
50421000
Section III: Legal, economic, financial and technical information
Description of particular conditions: Please note: Contract will contain an Assignment and Novation clause.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available
The Applicant’s financial ability to meet this requirement will be assessed on a risk basis and the Applicant’s financial accounts will be evaluated by the Authority. The Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include:
(1) any additioanl information proving it has sufficient economic and financial resources to deliver the requirement: and
(2) state whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Should the maximum range be exceeded, the use of a PQQ will be used. PQQ evaluation criteria shall be contained within the PQQ documentation.
Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
Section VI: Complementary 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.Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2013614-DCB-4878913
Medical & General Supplies (M&GS), DE&S
Neighbourhood 4, Elb 2B, #4226, Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: descommodities-mgs-comrcl-3d1@mod.uk
Body responsible for mediation procedures
Medical & General Supplies (M&GS), DE&S
UNITED KINGDOM
Medical & General Supplies (M&GS), DE&S
Neighbourhood 4, Elb 2B, #4226, Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: descommodities-mgs-comrcl-3d1@mod.uk
VI.5)Date of dispatch of this notice:14.6.2013