web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Birmingham: Catheters

Type of document: Contract Awards
Country: United Kingdom
OJEU Ref: (2016/S 125-223818/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Not applicable

Contract award notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
HealthTrust Europe LLP (HTE) acting as agent for the University Hospitals of Coventry and Warwickshire NHS Trust (‘UHCW’)
19 George Road, Edgbaston
Birmingham
Postal code: B15 1NU
United Kingdom
For the attention of: Parvez Khodabocus
Phone: +44 8458875000
Email: parvez.khodabocus@htepg.com
Fax: +44 1216871345
Internet Address(es):
General address of the contracting authority:
I.2) Type of the contracting authority:
Body governed by public law
I.3) Main activity: Health
OTHER: please refer to Section II.1.5)
I.4) Contract award on behalf of other contracting authorities/entities:
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:
Framework for Cardiac Electro-physiology Hardware, Products and Accessories.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Nuts code: UK
II.1.3) Information about a framework agreement or a dynamic purchasing system (DPS):
II.1.4) Short description of the contract or purchase(s):
This tender is to establish a Framework Agreement for the supply of Cardiac Electro-physiology Hardware, Products and Accessories. The scope of this Framework Agreement includes Mapping System, Ablation Generator, Cryoablation System, Irrigation Pumps, Diagnostic Catheters, Treatment Catheters, Mapping and Imaging Catheters, Delivery Systems, Access Products, Sheaths, Transseptal Needles, Electro-physiology Procedure Packs, Mapping Patches, Cables, Extensions, RF Ground Pads and other products that can be properly described as Electro-physiology products.
HTE is a central purchasing body who is able to carry out this tender exercise by virtue of its appointment as an agent of UHCW. Notwithstanding HTE’s relationship with UHCW, it is HTE that will conduct this tender exercise and will execute the resultant framework agreement with successful bidders. This tender exercise is for the benefit of all the public and voluntary bodies listed further below in this Section II.1.5) ‘For the avoidance of doubt, UHCW is Not carrying out this tender — your contact point is HTE using the details given in Section I.1)’
The public and voluntary sector bodies to whom the use of this framework agreement will be open include all contracting authorities in the United Kingdom as defined in Regulation 3 of the Public Contracts Regulations 2006 as well as all contracting authorities and entities in the European Union as defined in the Annexes to Commission Decision 2008/963/EC as may be updated from time to time. In particular, it is envisaged that this framework agreement will be used by the following entities in the United Kingdom as described below (particularly where such entities are of a health and/or social care nature):
(1) All National Health Service (NHS) bodies in England, including but not limited to: (i) Acute trusts (a list of which can be found at: ); (ii) Health and care trusts (a list of which can be found at: ); (iii) Mental health trusts (a list of which can be found at: ); (iv) Clinical commissioning groups (a list of which can be found at: ); (v) Ambulance trusts (a list of which can be found at: ); (vi) Area teams (a list of which can be found at: ); (vii) Special health authorities (); (viii) NHS England (formerly the NHS Commissioning Board); and (ix) clinical senates and strategic clinical networks.
(2) All NHS bodies in Wales, including but not limited to all: (i) health boards; (ii) NHS trusts; (iii) the national delivery group; (iv) community health councils; and (v) NHS Wales shared services partnership (a list of which can be found at: ).
(3) All NHS bodies in Scotland, including but not limited to: (i) NHS trusts; (ii) Special NHS Boards; and (iii) National and support organisations (a list of which can be found at: ).
(4) All NHS bodies in Northern Ireland (known as Health and Social Care), including but not limited to: (i) Health and social care trusts (a list of which can be found at: ); (ii) Health agencies (a list of which can be found at: ); (iii) Hospitals (a list of which can be found at: ) and (iv) The Health and Social Care Board.
(5) All social enterprises undertaking some or all of what were previously the service provider functions of contracting authorities in relation to health and/or social care services (including charitable incorporated organisations, cooperatives, industrial and provident societies and community interest companies as listed on the Companies House Web-check service).
(6) Ministerial departments and non-ministerial departments of central government, non-departmental agencies and other public bodies and public corporations (a list of which can be found at: ).
(7) Devolved governmental and parliamentary organisations within the United Kingdom, including but not limited the Scottish Government, Scottish Parliament and Scottish public bodies (a list of which can be found at: ), as well as the Welsh Government, Welsh Assembly and Welsh unitary authorities (a list of which can be found at: ).
(8) All local authorities (A list of which can be found at: ).
(9) All emergency services including police (), fire and rescue services (a list of which can be found at: ), the maritime and coastguard agency and other rescue authorities.
(10) All educational establishments (a list of which can be found at: ).
(11) Registered providers of social housing on a not-for-profit basis (a list of which can be found at: ).
(12) Registered charities (a list of which can be found at: ).
(13) Her Majesty’s Prison Service (as detailed at: www.justice.gov.uk/about/hmps).
(14) The Ministry of Defence (as detailed at: ).
The above list includes each organisation’s successors and assigns, any equivalent organisations and any associated organisations created as a result of any organisational changes.
In addition, the use of this framework agreement will be open to any bodies or organisations operating in the United Kingdom and/or any country in the European Union which are of a health and/or social care nature or which have a similar procurement need in respect of any goods or services to any of the above listed organisations.
Furthermore, and if provided for in the contract documents, HTE may extend the scope and benefit of the framework agreement to any private sector (i.e. all non-public sector) organisations operating in the United Kingdom and/or any country in the European Union which are of a health and/or social care nature who may also use this framework agreement. Whilst HTE is not required by procurement legislation to do so, it has extended the principles of the public tendering so as to assure its private sector customers of best value and open and transparent processes. In the United Kingdom these entities are registered with the Care Quality Commission (a list of providers can be found at: ). In the European Union, such entities are regulated by equivalent regulatory bodies, each of which maintains an equivalent list.
In purchasing goods and/or services or awarding contracts under the framework agreement, HTE is:
(a) Acting in its capacity as agent for UHCW in relation to the public and voluntary sector bodies listed above only; and
(b) Acting in its capacity as principal in relation to the private sector bodies (and not as agent of UHCW).
‘Please note additional information is given about this tender exercise at Section VI.3)’
II.1.5) Common procurement vocabulary (CPV):
33141200, 33124100,
II.1.6) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.2) Total final value of contract(s):
II.2.1) Total final value of contract(s):
Lowest offer 10 000 000 and highest offer 20 000 000 GBP

Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority:
SF011979
IV.3.2) Previous publication(s) concerning the same contract:
Section V: Award of contract
V.1) Date of contract award decision:
1.4.2016
V.2) Information about offers:
Number of offers received: 8
Number of offers received by electronic means: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Biotronik UK Ltd
Biotronik House, Avonbury Business Park, Bicester
Oxford
OX26 2UA
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No

V.1) Date of contract award decision:
1.4.2016
V.2) Information about offers:
Number of offers received: 8
Number of offers received by electronic means: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Boston Scientific Ltd
Breakspear Park, Breakspear Way, Herts
Hemel Hempstead
HP2 4TZ
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No

V.1) Date of contract award decision:
1.4.2016
V.2) Information about offers:
Number of offers received: 8
Number of offers received by electronic means: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Cook UK Limited
Europe Shared Service Centre, O’Halloran Road, National Technology Park
Limerick

Ireland
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No

V.1) Date of contract award decision:
1.4.2016
V.2) Information about offers:
Number of offers received: 8
Number of offers received by electronic means: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Dot Medical Limited
Silk Point, Queen’s Avenue, Cheshire
Macclesfield
SK10 2BB
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:

V.1) Date of contract award decision:
1.4.2016
V.2) Information about offers:
Number of offers received: 8
Number of offers received by electronic means: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Johnson & Johnson Medical Limited
Pinewood Campus, Nine Mile Ride, Berkshire
Wokingham
RG40 3EW
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No

V.1) Date of contract award decision:
1.4.2016
V.2) Information about offers:
Number of offers received: 8
Number of offers received by electronic means: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Medtronic Limited
Building 9, Croxley Green Business Park, Hatters Lane, Herts
Watford
WD18 8WW
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No

V.1) Date of contract award decision:
1.4.2016
V.2) Information about offers:
Number of offers received: 8
Number of offers received by electronic means: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
Merit Medical UK Limited
The Atrium Business Centre, North Caldeen Road
Coatbridge
ML5 4EF
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No

V.1) Date of contract award decision:
1.4.2016
V.2) Information about offers:
Number of offers received: 8
Number of offers received by electronic means: 8
V.3) Name and address of economic operator in favour of whom the contract award decision has been taken:
St Jude Medical UK Ltd
Capulet House, Stratford-upon-Avon Business and Technology Park, Banbury Road
Stratford-upon-Avon
CV37 7GX
United Kingdom
V.4) Information on value of contract:
V.5) Information about subcontracting:
The contract is likely to be sub-contracted: No

Section VI: Complementary information:
VI.1) Information about European Union funds
VI.2) Additional information:

Terms and Conditions:
The full terms and conditions of this framework agreement and any resulting call-off contract will be appended to the Invitation to Tender.
Submission of Expressions of Interest and Procurement Specific Information:
‘Bravo Portal’.
This exercise will be conducted on the HTE Bravo portal. Candidates wishing to be considered must register their expression of interest as follows:
Register on the HTE portal at: Login to the portal with the username/password. Click the PQQs/ITTs Open to All Suppliers link. These are the PQQs/ITTs 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. You can access any attachments by clicking Buyer Attachments (if required in III.2.1.1.ii) in the PQQ/ITT Details box. Follow the on-screen instructions to complete the PQQ/ITT. Submit your reply using the Submit Response button at the top of the page. If you require any further advice, contact the Bravo e-Tendering Help Desk at: help@bravosolution.co.uk
‘Sid4Gov’.
HTE utilises the sid4gov supplier information database. Candidates are requested to register on sid4gov at: and submit their sid4gov company profile for publication on the database. Candidates already registered on sid4gov must ensure that information is up to date. Where access to sid4gov is unavailable, please contact the sid4gov help desk at: sid4gov@gps.gsi.gov.uk
Please note that, at present, sid4gov does not pre-populate any fields of the PQQ on HTE’s Bravo portal, and therefore candidates must complete the Qualification and Technical Envelopes of the PQQ in Bravo in full.
VI.3) Procedures for appeal:
VI.3.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:HTE 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) Date of dispatch of this notice:
27.06.2016