Supply of Enteral Feeds
Supply of enteral feeds, associated equipment and consumables and nutritional supplements.
UK-Rotherham: enteral feeds
2012/S 79-129894
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Rotherham Primary Care Trust
Moorhead Way
For the attention of: Cath Stamp
S66 1YY Rotherham
UNITED KINGDOM
Telephone: +44 1709308955
E-mail: cath.stamp@rotherham.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: yes
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Supply of enteral feeds, associated equipment & consumables and nutritional supplements.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Home Delivery service to community-based patients registered with an NHS Rotherham General Practitioner (GP) and also to The Rotherham NHS Foundation Trust.
NUTS code UKE31
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Rotherham Primary Care Trust (the PCT) and The Rotherham NHS Foundation Trust (TRFT) wish to appoint a supplier of enteral feed, associated equipment & consumables and nutritional supplements for patients who are under the care of the TRFT’s Department of Nutrition & Dietetics (the Department). The Department manages the dietetic needs of the patient whether they are an in-patient or an out-patient and arranges for the appropriate enteral or other nutritional products to be supplied to their wards as well as to community based patients.
The prescribing budget is retained by the PCT but managed jointly by the PCT and the Department, rather than being delegated to Rotherham General Practitioners (GPs).
The contract will cover the supply of feeding pumps and their associated maintenance & support; the plastics and consumables for the pumps; enteral feeding products and nutritional supplements. In addition, the successful contractor will have the facility to offer on-going nursing advice and assistance to both professional staff and patients, where necessary, the details of which will be explained further in the specification.
The Contract price for products is to be the same in both the hospital and community settings.
II.1.6)Common procurement vocabulary (CPV)
33692300, 33190000, 15882000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
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:
The total value of the Contract has been calculated based on the English NHS FP10 rates. The contract period is for 3 years with an option to extend for a further 1 + 1 years.
Estimated value excluding VAT:
Range: between 1 800 000 and 2 100 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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:
Joint and several liability.
III.1.4)Other particular conditions
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: Suppliers instructions how to express interest in this tender:
1. Register your company on the eSourcing portal (this is only required once),
— Browse to the eSourcing Portal:
https://www.nhssourcing.co.uk and click the link to register,
— Accept the terms and conditions and click ‘Continue’,
— Enter your correct business and user details,
— Note the username you chose and click ‘Save’ when complete,
— You will shortly receive an e-mail with your unique password (please keep this secure).
2. Express an Interest in the tender:
— Login to the portal with the username/password,
— Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are pre-qualification questionnaires or invitations to tender open to any registered supplier),
— Click on the relevant PQQ/ ITT to access the content,
— Click the ‘Express Interest’ button at the top of the page,
— This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only),
— You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender:
— Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining),
— You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification,
— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT,
— There may be a mixture of online & offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk on +44 8003684850. The Bravo Project Reference for this Procurement is 17860.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: This is covered within the pre-qualification information that appears on the Bravo e tendering portal.
Minimum level(s) of standards possibly required: This is covered within the pre-qualification information that appears on the Bravo e tendering portal.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
This is covered within the pre-qualification information that appears on the Bravo e tendering portal.
Minimum level(s) of standards possibly required:
This is covered within the pre-qualification information that appears on the Bravo e tendering portal.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
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:
CS/SL/031
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 18.5.2012 – 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate
29.5.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Contracting Authority intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Trusts will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:20.4.2012