Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Kent Community Health NHS Foundation Trust
110/120 Upper Pemberton, Eureka Park, Kennington
Ashford
TN25 4AZ
UK
Contact person: Mrs Sarah Woodcock
Telephone: +44 1233667979
E-mail: sarah.woodcock2@nhs.net
NUTS: UKJ4
Internet address(es)
Main address: http://www.kentcht.nhs.uk
Address of the buyer profile: http://www.kentcht.nhs.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
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
Dental Inhalation Sedation Equipment, Maintenance & Consumables
Reference number: DN681380
II.1.2) Main CPV code
51412000
II.1.3) Type of contract
Services
II.1.4) Short description
Kent Community Health NHS Foundation Trust (KCHFT) Dental services are tendering for a service contract for provision of OEM maintenance support and supply of new equipment for Porter, Matrx and Accutron Inhalation Sedation (RA) equipment, RA Medical Miniscav dental scavenging systems and OEM spare parts and consumable items.
OEM maintenance support for routine servicing and breakdown repairs is required across 17 dental clinic sites throughout East Kent and Inner and Outer North East London.
Contract value is approx £90K per annum.
You will need to express your interest by logging into the Pro Contract Procurement Portal (Proactis) https://procontract.due-north.com under opportunity number DN 643448. Once you have expressed your interest, ITT documentation will be released to you.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ
II.2.4) Description of the procurement
The aim of the service is to provide an efficient and effective technical support service to the KCHFT Community Dental Services to ensure that the inhalation sedation equipment used by KCHFT Community Dental Service meets the requisite health and safety standards to minimise risks to patients who are undergoing treatment.
The Provider will ensure that all staff are appropriately qualified and competent to undertake the work for which they are responsible and undertake continuous professional development to maintain professional competencies.
The Provider will undertake annual planned equipment maintenance on each piece of inhalation sedation equipment at the sites listed at Appendix 1 and will arrange such work to ensure that it is completed with the minimal potential disruption to clinical services. The Provider expects that, under normal circumstances, all items of inhalation sedation equipment at an individual site are available to test during a single visit.
Planning will be carried out jointly between provider and authoriser dependant on availability of engineers and access to clinical facilities. To be conducted on an annual basis.
The Provider will contact the KCHFT Dental Engineering Manager to schedule planned and reactive maintenance visits, ahead of the necessary work and, whenever possible, will plan for an entire year ahead or a substantial part thereof in agreement with the KCHFT Dental Engineering Manager found at page 1 of this contract.
Where routine maintenance has identified a need for remedial action, then this will be notified to the KCHFT Dental Engineering Manager. KCHFT will then make the appropriate arrangements for return visit so that remedial works can be completed within 10 working days.
The supply of consumables encompasses the core list specified in the commercial schedule and may during the term of the contract extend beyond these items and the list is not exhaustive.
Price is not the only award criterion and all criteria are stated only in the procurement documents which will be released to the supplier once they express interest.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The term of the contract is 36 months plus 2 x 12 month extensions
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/09/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
12/09/2023
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Kent Community Health NHS Foundation Trust
Trinity House, 110 - 120 Upper Pemberton,
Ashford
TN25 4AZ
UK
Telephone: +44 7929837782
E-mail: sarah.woodcock2@nhs.net
VI.5) Date of dispatch of this notice
03/08/2023