web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Exeter: Breast prostheses

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 148-305985/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Supplies
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Royal Devon and Exeter NHS Foundation Trust
National registration number: Royal Devon and Exeter NHS Foundation Trust
Postal address: Heavitree Hospital, Gladstone Road
Town: Exeter
Postal code: EX1 2ED
Country: United Kingdom
Contact Person: Chris Prestt
Telephone: +44 1752439618
Email: chrisprestt@nhs.net
Nuts code: UKK
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Internal Breast Implants and External Breast Prosthesis and Associated Products.

Reference number: T17/0359
II.1.2) Main CPV code: 33184400
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Internal breast Implants and External Breast Prosthesis and Associated Products. Contract will be for 3 years with the option of a further 2-year extension.
Trusts involved are:
Royal Cornwall Hospitals NHS Trust,
Royal Devon and Exeter NHS Foundation Trust,
Salisbury NHS Foundation Trust,
Yeovil District Hospital NHS Foundation Trust (Lot 1 Only),
Torbay and South Devon NHS Foundation Trust,
Taunton & Somerset NHS Foundation Trust,
Gloucestershire Hospitals NHS Trust,
Dorset County Hospital NHS Foundation Trust,
Great Western Hospitals NHS Foundation Trust.
II.1.5) Estimated total value:
Value excluding VAT: 2529912.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots:2
II.2) Description
II.2.1) Title: Internal Breast Implants and Associated Products.

Lot No:1
II.2.2) Additional CPV code(s)
33184410, 33184420

II.2.3) Place of performance
Nuts code: UKK
II.2.4) Description of the procurement:
Internal Breast Implants and Associated Products.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 1511848.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 4
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.1) Title: External Breast Prosthesis and Associated Products

Lot No:2
II.2.2) Additional CPV code(s)
33184410, 33184420

II.2.3) Place of performance
Nuts code: UKK
II.2.4) Description of the procurement:
External Breast Prosthesis and Associated Products.
II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value:
Value excluding VAT: 1018064.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
II.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:List and brief description of conditions: List and brief description of conditions: Information and formalities necessary for evaluating if the requirements are met:
Any supplier may be disqualified who does not respond to the following in the requisite manner:
1) Suppliers are required to submit their tender response via the Trusts e-tendering portal — CTM — which is accessed at — please make sure that you are registered to avoid any future delays.
2) Information and formalities necessary for evaluating if requirements are met:
(a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) Has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
(l) The Trust reserves the right to enforce Regulation 57 of the PCR 2015 with regards to its rights to the discretionary exclusion of Bidders.
Bidders who have been convicted of a Bribery Act 2010 offence under section 1 (offences relating to bribing another person) or section 6 (bribery of foreign public officials) will be excluded.
In addition to the Provisions of Freedom of Information Act, Bidders will have due regard to the Trusts obligations on Transparency which are set out in more detail at www.businesslink.gov.uk/transparency/procurement and all offers will be submitted on the basis that the contract when awarded may be published in full in accordance with H M Government Transparency Guidance.
III.1.2) Economic and financial standing
List and brief description of selection criteria: The Trust will also be utilising the NHS supplier information database (sid4gov) to manage and assess general pre-qualification information in the form of a profile. As well as responding to the tender via the e-tendering portal, candidates are requested to provide or update their profile on the sid4gov as follows:
a) candidates should register on sid4gov at ://gps.cabinetoffice.gov.uk/i-am-supplier by clicking on the Register Organisation tab and select the Supplier button.
b) to continue with the registration process Suppliers must have a current DUNS Number. If a Supplier does not have a DUNS Number there is a link to the D&B UK website to request a DUNS Supplier Number.
c) Suppliers who already have a published profile on sid4gov must confirm that information is up to date; i) candidates should ensure all relevant sections of their NHS sid4gov profile are completed to demonstrate their ability to meet the short listing criteria applicable to this contract. Where access to NHS sid4gov is unavailable, please contact NHS the sid4gov helpdesk.
Please note all responses to OJEU Should be made through the E-Tendering portal and registration is required on SID4GOV to update or provide company profiles only.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: Please refer to tender documents.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-09-04 Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Tender must be valid until:2018-03-01

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Official name: Peninsula Purchasing and Supply Alliance
Postal address: Bircham House, William Prance Road
Town: Plymouth
Postal code: PL6 5WR
Country: United Kingdom
Telephone: +44 1752439618
E-mail: chrisprestt@nhs.net
Fax: +44 1752439618
Internet address:
VI.5) Date of dispatch of this notice:2017-08-02