web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Salisbury: Storage units

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 180-323433/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Salisbury NHS Foundation Trust
Odstock Road
Salisbury
Postal code: SP2 8BJ
United Kingdom
Contact points(s): Procurement and Commercial Services
For the attention of: Rob Webb
Phone: +44 1722336262
Email: tenders@salisbury.nhs.uk
Internet Address(es):
General address of the contracting authority:
Electronic access to information:
Electronic submission of tenders and requests to participate:
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.3) Main activity: Health
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Salisbury NHS Foundation Trust and bodies listed in Annexe v1.3
Odstock Road
Salisbury
Postal code: SP2 8BJ
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
C1444 — Framework — Hospital Bed Storage Systems.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Main site or location of works, place of delivery or of performance: Salisbury, Wiltshire.
Nuts code: UK
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 5
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 10 000 and 500 000 GBP
II.1.5) Short description of the specific contract:
Salisbury Commercial Services (part of Salisbury NHS Foundation Trust) are establishing a Framework Agreement for the provision, installation and maintenance of powered storage systems for storing hospital beds, wheelchairs and mobile large items.
II.1.6) Common procurement vocabulary (CPV): 39173000, 33192120, 42400000, 42410000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): NO
II.1.8) Lots:
The 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:
The Framework is for providers of existing, developed powered storage systems suitable for hospital beds and associated mobile equipment. Awards made under the Framework may be by either further competition or direct award.
Estimated value excluding VAT:
Range: between 10 000 and 500 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
This contract is subject to renewal: no
II.3) Duration of the contract or time limit for completion:
Starting 15.09.2016Completion 15.09.2020
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
Parent company or other guarantees may be 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:
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: Successful qualification following published PQQ.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Successful qualification following published PQQ.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Successful qualification following published PQQ.
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:
Envisaged minimum number: 1 and maximum number
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
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/entity:
C1444
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
17.10.2016 – 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:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
Salisbury NHS Foundation Trust is seeking to establish a framework for the
provision of Payroll Services. The framework shall be open to: any NHS/Public Sector
bodies located in England, Wales, Scotland and Northern Ireland, including but not limited to Acute Trusts, Foundation
Trusts, Clinical Commissioning Groups, Ambulance Trusts, Care Trusts,
Hospital Trusts, Mental Health Trusts, Community Health Trusts, Special
Health Authorities, Health Boards, NHS Commissioning Boards, Commissioning
Support Units and other health organisations (Wales, Scotland and Northern
Ireland), Health and Social Care Trusts (Northern Ireland), Community
Health Councils, Local Health Boards, Social Enterprises, NHS Collaborative
Procurement Hubs/Organisations, GP Practices, Primary Care Commissioners,
Department of Health, Public Health England and Local Authorities (where
Local Authorities are engaged in the provision or commissioning of health
related services, for example (but not limited to) the fields of
healthcare, social care, early years care and public health). The framework
will also be available to any other public sector organisation where there
is a collaborative effort to combine back-office functions and the NHS
organisation is the primary Contracting Authority. NHS trusts:

;
Health Authorities:

;
Commissioning Groups:

; Trust
Development Authority (TDA):
; Length Bodies:

;
England:
; and other organisations
involved in commissioning of primary care services via Clinical
Commissioning Groups — CCGs supported by the Commissioning Support Units —
CSU’s which will be responsible for commissioning most aspects of NHS care
(or equivalent body/bodies established pursuant to legislation enacted as a
result of, or in connection with, the White Paper, Equity and Excellence:
Liberating the NHS published July 2010.CSU:

; Professional
Regulator:

;
Clinical Commissioning Board, Area Teams:

; and other
organisations involved in commissioning and/or overseeing General
Practitioner services and GP consortia and GP Practices and any other
provider of primary medical services:a) Who are a party to any of the
following contracts:— General Medical Services (GMS),— Personal Medical
Services (PMS),— Alternative Provider Medical Services (APMS); and/orb)
Commissioned by NHS England or other organisations involved in
commissioning or overseeing General Practitioner services, as described
above:Social Enterprises:
; Authorities:

; Wales (National Health
Service for Wales) including but not limited to Welsh Health Boards,
Primary care services — GPs, pharmacies, dentists and optometrists,
Hospital services, and community services, including those provided through
community health centres and mental health services:

;
Scotland (National Health Service for Scotland) including but not limited
to: NHS Boards, Hospitals, Primary care Services GPs, pharmacies, dentists
and optometrists, Hospital services, and community services.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Salisbury NHSFT
United Kingdom
Body responsible for mediation procedures:
Salisbury NHSFT
United Kingdom
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Salisbury NHSFT
United Kingdom
VI.5) Date of dispatch of this notice:
13.09.2016