Medical Equipment Tender
Barts and The London NHS Trust. UK-London: medical equipments
2012/S 39-063260
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Barts and The London NHS Trust
Procurement Department, 9 Prescot Street
For the attention of: Simon Cadby
E1 8PR London
UNITED KINGDOM
Telephone: +44 2073777000
E-mail: Tenders@bartsandthelondon.nhs.uk
Fax: +44 77919678
Internet address(es):
Address of the buyer profile: www.bartsandthelondon.nhs.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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
London Procurement Programme
4 Royal Mint Court
EC3N 4HJ London
UNITED KINGDOM
Section II: Object of the contract
Service category No 27: Other services
NUTS code UKI
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 10 000 000 and 100 000 000 GBP
The contract is open to NHS Trusts throughout the London Strategic Health Authority. Barts and The London NHS Trust acting as agents for the London Procurement Programme for this procurement and:
The public sector bodies to whom the use of this contract / framework agreement will be open include, in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs.
— National Health Service (NHS) bodies, including hospital trusts, which in turn include acute trusts, trusts operating community hospitals and the provider functions of primary care trusts); primary care trusts and general practitioner commissioning consortia; care trusts; care trusts plus; ambulance trusts; mental health trusts; strategic health authorities; special health authorities; community health councils; local health boards; NHS foundation trusts,
— Health boards, NHS trusts, community health councils and other constituent bodies of the NHS in Wales,
— NHS Scotland and its constituent bodies including: the Scottish Ambulance Service, special NHS boards and the other constituent organisations of the Scottish National Health Service; and
— Health and social care trusts, health agencies and other constituent bodies of the NHS in Northern Ireland.
Lists of all of such NHS authorities, trusts, councils, boards and other bodies can be found at: http://www.nhs.uk/servicedirectories/pages/primarycaretrustlisting.aspx, http://www.wales.nhs.uk/nhswalesaboutus/structure, http://www.show.scot.nhs.uk/organisations/index.aspx and http://www.hscni.net/index.php?link=hospitals.
33100000, 50421000, 33140000, 51410000, 33190000
Estimated value excluding VAT:
Range: between 10 000 000 and 100 000 000 GBP
Description of these options: Value: precise quantities are unknown, however it is estimated that the annual value excluding VAT is between 10 000 000 and 100 000 000 GBP. The framework agreement will have a duration of 4 years.
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) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the Court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
Suppliers must satisfy the Trust and LPP that it can best meet the requirements as set out in the PQQ.
Minimum level(s) of standards possibly required:
Suppliers must satisfy the Trust and LPP that it can best meet the requirements as set out in the PQQ.
Section IV: Procedure
Section VI: Complementary information
Barts and The London NHS Trust
UNITED KINGDOM
Telephone: +44 2073777000