Framework Agreement for the Supply of Endoscopy Consumables
Gateshead Health NHS Foundation Trust (the Authority) is conducting a procurement exercise to establish a Trust specific framework agreement for the supply of Endoscopy Consumables.
United Kingdom-Gateshead: Endoscopy, endosurgery devices
2013/S 182-313721
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Gateshead Health NHS Foundation Trust
Queen Elizabeth Hospital, Sheriff Hill
Contact point(s): https://www.nhssourcing.co.uk
For the attention of: Anneke Anderson
NE9 6SX Gateshead
UNITED KINGDOM
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)
I.2)Type of the contracting authority
Body governed by public law
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework Agreement for the Supply of Endoscopy Consumables.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Queen Elizabeth Hospital, Sheriff Hill, Gateshead, Tyne & Wear, NE9 6SX.
NUTS code UKC22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 14
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
Gateshead Health NHS Foundation Trust (the Authority) is conducting a procurement exercise to establish a Trust specific framework agreement for the supply of Endoscopy Consumables. The Authority reserves the right to accept an offer either in part or in full. The Authority also reserves the right not to award. In the event of an award not being made, bidders have no right to recompense.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Authority is conducting a procurement exercise to establish an Authority specific Framework Agreement for the supply of Endoscopy Consumables. It is the Authority’s intention to award 5 lots. Suppliers can apply for individual or all lots. The contract will be for a 4 year period. When the Framework has been awarded, a direct call off will be established for 12 month periods. Pricing will be held for a minimum of 12 months. The main criteria for award of product will be clinical preference. During the 12 month period of contract award, Suppliers on the Framework who have not been awarded a basket of goods will have the opportunity to discuss the introduction of their products to the Framework with Clinicians prior to the next 12 months award being made. Product evaluations may be conducted during this process.
Criteria for inclusion on the Framework will be fulfilling the Technical & Service Requirements as detailed in the PQQ and the ITT.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Percutaneous Endoscopic Gastrostomy
1)Short description
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise.
Lot No: 2 Lot title: Endoscopic Retrograde Cholangiopancreatography (ERCP)
1)Short description
2)Common procurement vocabulary (CPV)
33141200, 33141200, 33153000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise.
Lot No: 3 Lot title: Gastro General
1)Short description
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
Lot No: 4 Lot title: Bronchoscopy
1)Short description
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise.
Lot No: 5 Lot title: Non Disposables
1)Short description
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The Contracting Authority intends to use an eTendering system in this procurement exercise.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The Authority reserves the right to performance bond and/or company guarantee
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once) – Browse to the eSourcing Portal: https://www.nhssourcing.co.uk and click the link to register – Accept the terms and conditions and click ‘continue’ – Enter your correct business and user details – Note the username you chose and click ‘Save’ when complete – You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender – Login to the portal with the username/password – Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) – Click on the relevant PQQ/ ITT to access the content. – Click the ‘Express Interest’ button at the top of the page. – This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box 3. Responding to the tender – Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) – You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification – Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT – There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be assessed in accordance with Article 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006.
Minimum level(s) of standards possibly required: In addition any minimum financial thresholds or insurance levels should be stated.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be assessed in accordance with Article 48 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 6: and maximum number 14
Objective criteria for choosing the limited number of candidates: The Pre Qualification Questionnaire (PQQ) details the objective and non-discriminatory criteria to be applied in order to limit the number of economic operators invited to participate in the procurement process. The PQQ sets out the information which is required by the Authority in order to assess the suitability of potential providers in terms of technical knowledge, experience, capability/capacity and organisational and financial standing to meet the requirement. During the PQQ stage, the intention is to shortlist to a maximum of 14 potential providers. However, the Authority reserves the right to issue a formal ‘Invitation to Tender’ (ITT) to a greater number should it be deemed necessary. Unsuccesful potential providers will be notified at the end of the PQQ evaluation process via the NHS eSourcing portal. In accordance with the Public Contracts Regulations 2006 as amended by the Public Contracts (Amendments) Regulations 2009 and 2011, once a contract award decision is made, the Authority will inform ITT bidders/tenderers of the intention to award the contract. This information will be supplied via the online eSourcing portal and will satisfy the formal debrief requirements. Face to face or telephone debriefs will not be provided.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
EC/13/13
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.10.2013 – 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The contract period is 48 months from the date of contract commencement. The Authority reserves the right not to award or to cancel the procurement process at any time. In the event of an award not being made or the procurement being terminated, then all potential providers/bidders will have no right to recompense.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a standstill period when information on the award of the contract is communicated to bidders/tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccesful tenderers to challenge the award decision before the contract is entered in to.
The Public Contracts Regulations 2006 (SI 2006/5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:16.9.2013