Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Imperial College Healthcare NHS Trust
St Mary’s Hospital Purchasing Department 1st Floor Acrow Building South Wharf Road Paddington
For the attention of: Tim Smith
W2 1NY London
UNITED KINGDOM
Telephone: +44 2033122030
E-mail: tim.smith@imperial.nhs.uk
Fax: +44 2033126810
Internet address(es):
General address of the contracting authority: www.imperial.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)
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:
Maintenance and Repair Services of medical equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: London West.
NUTS code UKI11
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The provision of an equipment maintenance and/or managed service to maintain both medical and surgical equipment. The requirement is initially for radiology and imaging equipment across all trust sites, to include CT, MRI, nuclear medicine, fluoroscopy and angio equipment manufactured by a number of major suppliers with the potential to expand this service to include associated equipment. Applicants will be able to meet the Trusts definition of the planned maintenance, level of cover, and guaranteed minimum up-time and be prepared to work within specified performance levels. Considerations will be made by the Trust for provision of a 24/7 service, and also the possibility of on-site engineer(s).
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: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Primary term is for three years with the potential to extend for a maximum of 2 years at the sole discretion of the awarding authority.
II.2.2)Information about options
Options: yes
Description of these options: Potential to extend for a maximum of 2 years at the sole discretion of the awarding authority.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Deposits and guarantees may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be advised in the invitation to tender or other documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability. If a contract is awarded to a consortium, applicants will be required to nominate a lead service provider with whom the awarding authority can contract, or form themselves into a single legal entity before the contract is awarded. The awarding authority may award more than 1 contract and these may be for all, or part only, of the services/products required.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: To be advised in the invitation to tender or other documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Statements of overall turnover and turnover in respect of the specific products offered in connection with the proposed contract for the previous 3 financial years:
— last published annual report and accounts, or where not available, equivalent information required under the law of the member state where the organisation is established,
— company registration number and address,
— VAT registration number,
— details of parent company, and other group companies if applicable.
Note: financial stability information does not need to be provided if it has already been submitted to the NHS Purchasing and Supply Agency’s “NHS Supplier information database – NHS-sid” or to the trust within the last 6 months. The date on which that information was supplied should be given.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
) a list of major contracts won, and their value, in the last 3 years;
ii) a description of the supplier’s technical facilities and measures for controlling quality, including reference to any independently certified audit standard achieved;
iii) if necessary a check may be made by the contracting authority, or a competent official body in the supplier’s country of origin acting on their behalf on production capacities and quality-control measures
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
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 5: and maximum number 10
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
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
OJEU/04/12
IV.3.2)Previous publication(s) concerning the same contract
no
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
10.4.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
24.4.2012
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 tenders
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2015, 2016, or, 2017 Depending on the awarding authority exercising its options to extend
VI.3)Additional information
Tenders and all supporting documentation must be priced in sterling and all payments will be made in sterling. Expressions of interest which are submitted without the information requested may not be considered. The awarding authority reserves the right not to proceed with the process at any stage of the procurement process and shall not be responsible for any abortive bid costs incurred. The trust reserves the right to award contracts to more than one bidder.
VI.4.3)Service from which information about the lodging of appeals may be obtained