Orthotics Service Contract Tender
Appliances may be provided following an assessment, by an Orthotist.
United Kingdom-London: Orthotic services
2015/S 052-090079
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Central London Community Healthcare NHS Trust
7th Floor 64 Victoria Street
For the attention of: Dwain McBain
SW1E 6QP London
UNITED KINGDOM
E-mail: dwain.mcbain@clch.nhs.uk
Internet address(es):
General address of the contracting authority: www.clch.nhs.uk
Address of the buyer profile: www.clch.nhs.uk
Electronic access to information: https://suppliers.multiquote.com/Page/Login.aspx
Electronic submission of tenders and requests to participate: https://suppliers.multiquote.com/Page/Login.aspx
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
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
Purchase
Main site or location of works, place of delivery or of performance: CLCH Oak Lane Clinic.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
85111600
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
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.1.4)Other particular conditions
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: CLCH intends to take forward a maximum of top 5 successful bidders (highest scoring bidders as per the evaluation criteria).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Finance. Weighting 40
2. Quality. Weighting 60
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: