Multi Modality Imaging Maintenance Framework
Lot No: 1 Lot title: Diagnostic Imaging Equipment Maintenance.
United Kingdom-Edinburgh: Repair and maintenance services of X-ray equipment
2015/S 102-185799
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Common Services Agency (more commonly known as NHS National Services Scotland) (‘the Authority’)
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Contact point(s): National Procurement
For the attention of: Kate Henderson
EH12 9EB Edinburgh
UNITED KINGDOM
Telephone: +44 1312756380
E-mail: kate.henderson3@nhs.net
Fax: +44 1313140727
Internet address(es):
General address of the contracting authority: http://www.nhsscotlandprocurement.scot.nhs.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
Electronic access to information: www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.gov.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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Golden Jubilee Hospital (National Waiting Times Centre Board)
NHS 24
NHS Ayrshire and Arran
NHS Borders
NHS Dumfries and Galloway
NHS Education for Scotland
NHS Fife
NHS Forth Valley
NHS Grampian
NHS Greater Glasgow and Clyde
NHS Health Scotland
NHS Highland
NHS Lanarkshire
NHS Lothian
NHS Orkney
Healthcare Improvement Scotland
NHS Shetland
NHS Tayside
NHS Western Isles
Scottish Ambulance Service
The Common Services Agency for the Scottish Health Service
The State Hospital for Scotland
Fife College
Dundee & Angus College
Edinburgh College
West College Scotland
Glasgow Clyde College
Ayrshire College
City of Glasgow College
North East College Scotland
New College Lanarkshire
Glasgow Kelvin College
Borders College
Dumfries and Galloway College
Forth Valley College
Inverness College
Lews Castle College
Moray College
Newbattle Abbey College
North Highland College
Orkney College
Perth College
Sabhal Mor Ostaig
Shetland College
South Lanarkshire College
West Lothian College
SRUC
Edinburgh Napier University
Glasgow Caledonian University
Glasgow School of Art
Heriot-Watt University
Queen Margaret University
Robert Gordon University
Royal Conservatoire of Scotland
UHI Millennium Institute
University of Aberdeen
University of Abertay Dundee
University of Dundee
University of Edinburgh
University of Glasgow
University of St Andrews
University of Stirling
University of Strathclyde
University of the West of Scotland
APUC Limited
Any Integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014
All entities constituted pursuant to the National Health Service (Scotland) Act 1978, (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS organisation established pursuant to the NHS (Scotland) Act 1978)
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Any or all locations of all NHS ScotlandHealth Boards, all NHS Scotland Special Health Boards and/or the Authority or other NHS organisation established pursuant to the NHS (Scotland) Act 1978 (altogether hereinafter referred to as ‘NHS Scotland’).
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 40
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 40 000 000 and 65 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Note: The authority is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 4016 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
50421200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.2)Information about options
Description of these options: The Authority is entitled at its sole discretion to extend the duration of the Framework Agreement by up to 12 months.
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Diagnostic Imaging Equipment Maintenance
1)Short description
OEM and 3rd Party maintenance and servicing of diagnostic imaging equipment.
2)Common procurement vocabulary (CPV)
50421200
3)Quantity or scope
Lot No: 2Lot title: Ultrasound Transducer Repair
1)Short description
OEM and 3rd Party repair of Ultrasound transducers.
2)Common procurement vocabulary (CPV)
50421200
3)Quantity or scope
Lot No: 3Lot title: Supply of X-Ray Tubes
1)Short description
2)Common procurement vocabulary (CPV)
50421200
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s)who would be responsible for providing the services or carrying out the work or works under the contract.
(2) 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.
(3) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(4) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract;particularly those responsible for quality control, whether or not they are independent of the candidate.
(5) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
Please refer to the tender document for all required information.
Minimum level(s) of standards possibly required:
(i) Mandatory requirement for any systems offered on this Framework to have CE Marking at contract commencement.
(ii) Mandatory requirement for each Potential Framework Participant (or any of its sub contractors) to have a minimum of 1 fully trained and certificated engineer capable of servicing each equipment type they are offering to Participating Authorities.
(iii) Mandatory requirement that each Potential Framework Participant (or any of its sub contractors) must have the capability to respond to unscheduled service calls and have an engineer on Participating Authorities sites within 24 Hours of request.
(iv) Mandatory requirement that each Potential Framework Participant (or any of its sub contractors) must have the capability to make spare parts for all equipment offered as part of this Framework Agreement available on a Participating Authorities site within 24 hours of fault diagnosis on such Participating Authorities Product.
(v) Mandatory requirement that transducer repairs carried out by each Potential Framework Participant (or any of its sub contractors) do not invalidate the CE mark conformance of the original product.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Date: 10.7.2015 – 12:00
Place:
National Procurement, Gyle Square, 1 South Gyle Crescent, Edinburgh.
Section VI: Complementary information
VI.3)Additional information
VI.5)Date of dispatch of this notice: