Framework Agreement for Biologics and Bone Substitutes
Miscellaneous medical devices and products. Framework agreement for Biologics and Bone Substitutes for NHS LPP members as may chnag from time to time during the course of the framework.
United Kingdom-London: Orthopaedic supplies
2013/S 221-384577
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
NHS LPP on behalf of Guy’s and St Thomas’ NHS Foundation Trust
Hercules House, Hercules Road
For the attention of: Beth Watkins
SE1 7DU London
UNITED KINGDOM
Telephone: +44 2071886682
E-mail: beth.watkins@lpp.nhs.uk
Internet address(es):
General address of the contracting authority: http://www.lpp.nhs.uk/
Electronic access to information: https://www.delta-esourcing.com/
Electronic submission of tenders and requests to participate: https://www.delta-esourcing.com/
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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
Guys and St Thomas’ NHS Foundation Trust
Guy’s Hospital, Great Maze Pond
London
UNITED KINGDOM
Section II: Object of the contract
Purchase
NUTS code
Duration of the framework agreement
Duration in months: 24
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 5 000 000 and 10 000 000 GBP
33141700, 33184000, 33190000
Section III: Legal, economic, financial and technical information
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the 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 3 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.
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator
(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
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years
(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: Suppliers will be shortlisted based om the criteria as published int he guidance document to the Pre-Qualification Questionnaire. Note that expressions of interest must be submitted by completion and return of the pre-qualification questionnaire by the closing date. Expressions of Interest submitted by any other means will not be considered
Notice on a buyer profile
Notice number in the OJEU: 2013/S 147-255291 of 31.7.2013
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.
NHS LPP may wish to include the option for further competitions under this Framework Agreement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Orthopaedic-supplies./9GUSF7DWEC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/9GUSF7DWEC
GO Reference: GO-20131112-PRO-5258853