Supply of bed management and pressure area care service
University College London Hospitals NHS Foundation Trust. UK-London: hospital beds
2012/S 69-114158
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
University College London Hospitals NHS Foundation Trust
Procurement and Supply Chain Directorate, 6th Floor Central, 250 Euston Road
Contact point(s): Lyndsey Anderson
NW1 2PG London
UNITED KINGDOM
Internet address(es):
Electronic access to information: http://procurementatuclh.co.uk
Electronic submission of tenders and requests to participate: http://procurementat uclh.co.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)
Section II: Object of the contract
A combination of these
Main site or location of works, place of delivery or of performance: University College London Hospitals NHS Foundation Trust including all sites.
NUTS code
33192120, 33192130, 33192100, 33192110
Option 1.
Contract for purchase/lease of replacement beds, mattresses and pressure area care together with a separable managed service for beds, mattresses and pressure area care equipment allowing for maintenance, repair, logistics and management of the total bed stock of the Trust.
Option 2.
Fully integrated managed service for the provision of beds, mattresses and pressure care equipment and management, logistics, maintenance, upgrades and on-going replacement, provided as an output based service with KPIs.
All suppliers must be able to provide both options to qualify for the next stage. The Trust is happy for providers to subcontract where they are not able to provide an element of the product or service.
More information within the PQQ document.
Section III: Legal, economic, financial and technical information
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
(a) a list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied:
(i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(ii) 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.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Pre-qualification will be assessed on the basis of the sub-criteria below, each have been assigned a relative weighting which is detailed in the pre-qualification document:- Criteria Part A – General Company Information Part B – Financial – Risk Based Part C – Policies Part D – Technical Ability Part E – Contractual History.
Section VI: Complementary information
The pre-qualification questionnaire should be completed and submitted to the Trust(s) via the E-Procurement tool on the following link: www.procurementatuclh.co.uk.
Any request by other means will not be considered.
The Trust does not accept responsibility for the premature opening or mishandling of submissions that are not submitted in accordance with these instructions.