Furniture Tender NHS Supply Chain
Maximum number of participants to the framework agreement envisaged: 10.
UK-Normanton: furniture
2012/S 38-061381
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
NHS Supply Chain
Foxbridge Way Normanton West Yorkshire
For the attention of: Andrew McKenzie
WF6 1TL Normanton
UNITED KINGDOM
Telephone: +44 1924328570
E-mail: andrew.mckenzie@supplychain.nhs.uk
Internet address(es):
General address of the contracting authority: www.supplychain.nhs.uk
Address of the buyer profile: Blank
Further information can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/
Tenders or requests to participate must be sent to: NHS Supply Chain acting as agent for NHS Business Services Authority
Internet address: http://procurement.supplychain.nhs.uk/
Section II: Object of the contract
A combination of these
Main site or location of works, place of delivery or of performance: “Various locations in UK”.
NUTS code UK
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 15 000 000,00 and 24 000 000,00 GBP
— single seater chairs,
— 2 seater settees,
— 3 seater settees,
— arm chairs,
— tub chairs,
— high backed chairs,
— dining room chairs,
— dining room tables,
— occasional tables,
— wardrobes,
— chests of drawers,
— bedside cabinets,
— box base beds.
39100000, 39112000, 39113000, 39113200, 39114100, 39113100, 39120000, 39143000, 39143210
Description of these options: “This framework agreement will have the option to extend for a maximum of 24 months in addition to the initial two year period upon review”.
Information about lots
Lot No: 1 Lot title: Range 1
— single seater chairs — 2 seater settees — 3 seater settees — arm chairs — tub chairs — high backed chairs — dining room chairs — dining room tables — occasional tables — wardrobes — chests of drawers — bedside cabinets — box base beds.
The above products are considered suitable for the following environments: organic mental health environments non-secure neuropsychiatry & acquired brain injury (ABI) units residential recovery services tenderers must provide a response against every specification listed above and also for each item specified in lots 2 and 3.
39100000, 39112000, 39113000, 39113200, 39114100, 39113100, 39120000
NHS Supply Chain anticipates appointing a maximum of 10 suppliers to each lot should there be 10 suitable suppliers for that lot. More than one supplier will be appointed across each of the line items within this lot. Tenderers should note that they will therefore be appointed for one or a number of the line items across this lot”.
Estimated value excluding VAT:
Range: between 5 000 000,00 and 8 000 000,00 GBP
— single seater chairs — 2 seater settees — 3 seater settees — arm chairs — tub chairs — high backed chairs — dining room chairs — dining room tables — occasional tables — wardrobes — chests of drawers — bedside cabinets — Box Base Beds.
The above products are considered suitable for the following environments: addiction services functional older-peoples service in-patient recovery & rehab crises houses day treatment centers non-secure acquired brain injury (ABI) units tenderers must provide a response against every specification listed above and also for each item specified in lots 1 and 3.
39100000, 39112000, 39113000, 39113200, 39114100, 39113100, 39120000
NHS Supply Chain anticipates appointing a maximum of 10 suppliers to each lot should there be 10 suitable suppliers for that lot. More than one supplier will be appointed across each of the line items within this lot. Tenderers should note that they will therefore be appointed for one or a number of the line items across this lot”.
Estimated value excluding VAT:
Range: between 5 000 000,00 and 8 000 000,00 GBP
The above products are considered suitable for the following environments: locked rehab acute adult wards psychiatric intensive care units (PICU) low-secure units medium-secure units challenging behaviours learning disabilities electro-convulsive therapy (ECT) tenderers must provide a response against every specification listed above and also for each item specified in lots 1 and 2.
39100000, 39112000, 39113000, 39113200, 39114100, 39113100, 39120000, 39143000
NHS Supply Chain anticipates appointing a maximum of 10 suppliers to each lot should there be 10 suitable suppliers for that lot. More than one supplier will be appointed across each of the line items within this lot. Tenderers should note that they will therefore be appointed for one or a number of the line items across this lot”.
Estimated value excluding VAT:
Range: between 5 000 000,00 and 8 000 000,00 GBP
Section III: Legal, economic, financial and technical information
This procurement exercise will be conducted on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/.
Candidates wishing to be considered for this contract must register their expression of interest and provide additional procurement-specific information (if required) through the NHS Supply Chain eTendering portal as follows:
Registration:
If not already registered candidates should register on the NHS Supply Chain eTendering portal at http://procurement.supplychain.nhs.uk/.
Expression of interest:
Once registered candidates must express their interest as follows:
Login to the NHS Supply Chain eTendering portal.
Select the NHS Supply Chain link on the management console.
Select the “+” symbol to the left of the “My Official Journal European Union Notices”. Select the “+” next to “OJEU Notices” and then again when the sign is next to OJEU notices to make all available notices visible.
Select the required notice by placing the cursor over the name of the notice and then left clicking once on the name.
After reading the notice enable the expression of interest tick-box at the bottom of the notice click on the “Save Details” button and close the form.
Now select the “ISS Communities” tab at the top left of the page. Follow step c above. There should be a “+” next to the notice you expressed the interest in. That will now drop down to “My tenders” or “My PQQ”.
The tender or PQQ linked to the OJEU notice will become visible by clicking on the “+” next to the My Tenders or My PQQ link.
For tenders:
Clicking on the tender heading will open the next screen. Look to the middle of the page for a heading called “An eRS data package”.
Left click once on the file called eRSXX.ZIP (where XX denotes the tender number) to download the tender package that contains the complete response information. This package must only be opened using the eRS application which can be downloaded from the http://procurement.supplychain.nhs.uk/ website.
Using the eRS application follow the instructions and complete the responses.
The response must be submitted via the internet method as prescribed in the eRS application.
In the event that the notice refers to a PQQ:
Clicking on the name of the PQQ will open a “Pre Qualification Questionnaire” page. Read through and then select “Save Details” at the bottom of the page. The word “Attachment” next to the icon needs to be clicked on and then the attachment window will appear allowing you to respond to the questions and add attachments as required. The response is submitted when the “Save Details” button is clicked. The responses can be submitted as many times as required until the closing time for the event.
Helpdesk.
For any support in submitting your expression of interest or tender response please contact the eTendering Helpdesk at +44 8454687877 or http://procurement.supplychain.nhs.uk/. There are a number of quick help guides available on the portal. Reading these will assistthe supplier in completing and submitting their responses.”.
Section IV: Procedure
Additional information about electronic auction: “An electronic auction (e-auction) may be used to award all or part of the requirements. The use of e-auctions may also be an option as part of any mini competition process”.
Prior information notice
Notice number in the OJEU: 2011/S 167-276051 of 1.9.2011
Place:
As in abovementioned I.1.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: “Only the NHS Supply Chain contract owner or delegate”.
Section VI: Complementary information
Tenderers should note that it is anticipated that the ten suppliers with the highest combined scores for all product lines within all Lots will be awarded on to the framework agreement.
The framework agreement will be between NHS Supply Chain and the supplier however.
1) NHS Supply Chain;
2) any NHS Trust;
3) any other NHS entity;
4) any government department agency or other statutory body and/or
5) any private sector entity active in the UK healthcare sector will be able to enter into a direct contract with the supplier for any of the supplies and/or services under the framework.
Suppliers on the resulting framework agreement will be required to report to and pay a direct contract management fee to NHS Supply Chain as detailed in the tender documents.
The participating contracting authorities reserve the right to finance the purchase of the supplies through a lease transaction using a third party lessor. Any such financial services will be obtained by the participating contracting authorities through a separate procurement exercise and not as part of this procurement.
In this event the supplier appointed to the framework agreement may receive from a third party lessor appointed by the participating contracting authority a purchase order for delivery to the participating contracting authority. In this event the supplier appointed to the framework agreement will be required to supply in accordance with the terms and conditions of the framework agreement.
Tenders and all supporting documentation for the contract must be priced in sterling and written in English. Any agreement entered into will be considered a contract made in England according to English law and will be subject to the exclusive jurisdiction of the English Courts. NHS Supply Chain is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. NHS Supply Chain reserves the right to terminate the procurement process (or part of it) to change the basis of and the procedures for the procurement process at any time or to procure the subject matter of the contract by alternative means if it appears that it can be more advantageously procured by alternative means. The most economically advantageous or any tender will not automatically be accepted.
All communications must be made through NHS Supply Chain’s eTendering portal at http://procurement.supplychain.nhs.uk/ using the Message Centre facility linked to this particular contract notice.
“.
Refer to point VI.4.2
Body responsible for mediation procedures
Not applicable
VI.5)Date of dispatch of this notice:21.2.2012