CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Mid Essex Hospital Services NHS Trust |
Broomfield Hospital, Court Road, Broomfield |
Chelmsford |
CM1 7ET |
UK |
Paul Banks |
+44 1223488034 |
paul.banks1@aecom.com |
|
www.meht.nhs.uk
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityMedical Equipment for Hospital Sterilisation and Decontamination Unit (HSDU) Facility at Broomfield Hospital for Mid Essex Hospital Services NHS Trust. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Broomfield Hospital, Chelmsford, Essex, UK.
UKH33 |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Mid Essex Hospital Services NHS Trust (the Trust) requires expressions of interest from suitably qualified and experienced organisations able to supply, install and maintain medical equipment for the Trust's Hospital Sterilisation and Decontamination Unit (HSDU) with maintenance of the equipment supplied over a five year term. The installation of equipment is at the Trust's option (see further details of this option in section II.2.1).
The equipment required is divided into 5 lots (further details of the requirements for each lot are in the "Information about Lots" section of this Contract Notice).
Expressions of interest may be submitted for one or more lots. The Trust anticipates awarding a separate contract for each Lot but, if the same supplier is successful for more than one Lot, the Trust reserves the right to combine lots into a single contract with each successful supplier.
The anticipated timescale for appointment is:
Publication of Contract Notice and Issue of PQQ/MOI: 17.3.2014
Receipt of PQQ's: 8.4.2014
Issue Tender: 17.4.2014
Tender Return: 12.5.2014
Appointment: 9.6.2014
Further information regarding the Trust's requirements and this procurement are included in the Pre-Qualification Questionnaire (PQQ) and Memorandum of Information (MoI) copies of which are available, and can be requested by email, from the contact point in Section I.1 under the heading "Further information can be obtained from".
The Trust has adopted an accelerated restricted procurement process to enable equipment suppliers to be appointed in advance of the completion of construction works associated with the relocation of the Trust's HSDU. These construction works are currently scheduled for completion by the end of June 2015.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
33191000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
 |
|
 |
|
 |
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeSee section II.1.5 for further details on scope. The estimated value range in this section covers the supply and installation of equipment for all lots together with maintenance services for the equipment supplied over a 5 year term. |
|
1 375 5001 632 500 GBP |
II.2.2)
|
OptionsUnder the contract for each lot between the Trust and the successful supplier(s), the Trust may (but will not be obliged to) exercise an option to require the supplier to install the equipment. This will require the supplier to work with the Trust's main building contractor and engineering services subcontractors when undertaking the installation works (the main building contractor and engineering services subcontractors are being selected through a separate procurement exercise). |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion60 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Depending on the economic operator, a parent company guarantee or other form of security may be required.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
To be set out in the Invitation to Tender and accompanying Contract Documents.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
The Trust reserves the right to require groupings of economic operators to take a particular legal form or to require a single economic operator to take primary liability for a contract to be performed by a group of economic operators or to require each party to undertake joint and several liability in respect of the entire contract irrespective of the form the grouping takes.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
In accordance with Articles 45 and 46 of Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre-qualification questionnaire which is available from AECOM at the address detailed in Section I.1 under the heading "further information can be obtained from".
|
III.2.2)
|
Economic and financial capacity
In accordance with Articles 47 of Directive 2004/18/EC and Regulation 24 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre-qualification questionnaire which is available from AECOM at the address detailed in Section I.1 under the heading "further information can be obtained from".
To be detailed in the pre-qualification documents.
|
III.2.3)
|
Technical capacity
In accordance with Articles 48 of Directive 2004/18/EC and Regulation 25 of the Public Contracts Regulations 2006 (as amended) and as set out in the pre-qualification questionnaire which is available from AECOM at the address detailed in Section I.1 under the heading "further information can be obtained from".
To be detailed in the pre-qualification documents.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
The Trust is carrying out refurbishment works to the premises to be used for the relocation of its Hospital Sterilisation and Decontamination Unit (HSDU). The timetable for completion of these works is by the end of June 2015. The equipment which is the subject of this procurement is to be installed in the refurbished premises and may impact on building design and layout. There is therefore an urgent need to procure the equipment in advance of the completion of the building works as the nature of the equipment to be supplied may impact and influence building design. This could not be achieved through applying the standard procurement timescales and therefore the accelerated route needs to be used. This is also in the context of a service which is paramount to patient safety and a continued, uninterrupted service through the relocation process is essential.
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate58 |
|
|
Objective criteria for choosing the limited number of candidates
The numbers quoted apply to each lot i.e. the Trust proposes to select a minimum of 5 and a maximum of 8 suppliers for each lot to be invited to tender. The criteria for short-listing suppliers to be invited to tender is set out in the pre-qualification questionnaire. Following evaluation of tenders, it is anticipated that one supplier will be appointed for each lot. If the same supplier is successful for more than one lot the Trust reserves the right to combine lots and award a single contract to each successful supplier.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 02-04-2014
17:00
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 02-04-2014
17:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Section II.2.1) The value ranges specified in this section and in the information related to each specific lot are estimates and indicative only. The final contract value for any lot may fall above or below the stated value range. The upper figures also include the potential option detailed in Section II.2.2.
Section II.3) The contract period for all lots relates to the supply of equipment and maintenance of that equipment for a period of 5 years.
Section IV.1.2): The minimum and maximum numbers relate to the number to be invited to tender per lot. The Trust reserves the right to invite less than 5 bidders to tender per lot should there be less than 5 bidders interested and pre-qualified.
Section IV.3.3) A copy of the PQQ and Memorandum of Information (MOI) can be requested, by email, from the contact point in Section I.1 (under the heading of “Further information can be obtained from”). These documents will be available until the date specified in Section IV.3.3.
Section IV.3.4): Requests to participate must be made by completing and returning a Pre-Qualification Questionnaire (PQQ) by the date and time specified in section IV.3.4 and in accordance with the requirements specified in the PQQ. Completed PQQs submitted after the deadline or which are non-compliant with the requirements of the PQQ may not be considered.
Section IV.3.5): The date for issue of invitation to tender is provisional and may be subject to change.
Right to Cancel: The Trust reserves the right to discontinue the procurement process at any time, which shall include the right not to award a contract or contracts, and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award the contract for each lot in part, or to call for new tenders should it consider this necessary.
The Trust shall not be liable for any costs or expenses incurred by any candidate or tenderer in connection with the completion and return of the information requested in this Contract Notice, or in the completion or submission of any tender, irrespective of the outcome of the competition or if the competition is cancelled or postponed.
The minimum timeframe during which tenderers must maintain its tender shall be approximately 3 months from the deadline stated for receipt of tenders.
All dates, time periods and values specified in this notice are provisional and the Trust reserves the right to change these.
Transparency: The Trust is subject to the Freedom of Information Act 2000 (FOIA) and the Environmental Information Regulations 2004 (EIR) and may be required to disclose information received in the course of this procurement under FOIA or the EIR. In addition, and in accordance with the UK Government's policies on transparency, the Trust intends to publish procurement documentation and the text of any resulting contractual arrangements, subject to possible redactions at the discretion of AET. Any redactions, whether in relation to information requests under FOIA, the EIR or policies on transparency will be in accordance with those grounds prescribed under the Freedom of Information Act 2000 and the Environmental Information Regulations 2004. Further information on transparency can be found at:https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Mid Essex Hospital Services NHS Trust |
Broomfield Hospital, Court Road, Broomfield |
Chelmsford |
CM1 7ET |
UK |
|
+44 1245516406 |
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
The Trust 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. Part 9 of the Public Contracts Regulations 2006 (SI 2006 No 5) (as amended) provides for aggrieved parties who have been harmed or are at risk of harm by breach of the Regulations to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought within the applicable limitation period.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 13-03-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
AECOM |
36 Storey's Way |
Cambridge |
CB3 0DT |
UK |
Mr Paul Banks |
+44 1223488034 |
paul.banks1@aecom.com |
|
|
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
AECOM |
36 Storey's Way |
Cambridge |
CB3 0DT |
UK |
Mr Paul Banks |
+44 1223488034 |
paul.banks1@aecom.com |
|
|
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
AECOM |
36 Storey's Way |
Cambridge |
CB3 0DT |
UK |
Mr Paul Banks |
+44 1223488034 |
paul.banks1@aecom.com |
|
|
|
|
ANNEX B
Information About Lots
|
| 1
Washer Disinfectors, autoclave, wash racks, loading & unloading accessories, sterilizers, loading equipment, validation software and associated panel work together with other ancillary equipment |
1)
|
Short Description
See section II.1.5 which provides further detail of the Trust's overall requirements for equipment, installation and maintenance. This lot relates to the following equipment:
Washer Disinfectors, autoclave, wash racks, loading & unloading accessories, sterilizers, loading equipment, validation software and associated panel work together with other ancillary equipment.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
33191000 |
|
|
|
|
|
3)
|
Quantity or scope
As described in the tender documents.
960 0001 160 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 2
Ultrasonic machine together with other ancillary equipment |
1)
|
Short Description
See section II.1.5 which provides further detail of the Trust's overall requirements for equipment, installation and maintenance. This lot relates to the following equipment:
Ultrasonic machine together with other ancillary equipment.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
33191000 |
|
|
|
|
|
3)
|
Quantity or scope
As described in the tender documents.
60 50067 500
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 3
Trolley washer system together with other ancillary equipment |
1)
|
Short Description
See section II.1.5 which provides further detail of the Trust's overall requirements for equipment, installation and maintenance. This lot relates to the following equipment:
Trolley washer system together with other ancillary equipment.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
33191000 |
|
|
|
|
|
3)
|
Quantity or scope
As described in the tender documents.
80 00090 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 4
Electric vehicles and trolleys together with other ancillary equipment |
1)
|
Short Description
See section II.1.5 which provides further detail of the Trust's overall requirements for equipment, installation and maintenance. This lot relates to the following equipment:
Electric vehicles and trolleys together with other ancillary equipment.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
33191000 |
|
|
|
|
|
3)
|
Quantity or scope
As described in the tender documents.
195 000215 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
| 5
Instrument containers together with other ancillary equipment |
1)
|
Short Description
See section II.1.5 which provides further detail of the Trust's overall requirements for equipment, installation and maintenance. This lot relates to the following equipment:
Instrument containers together with other ancillary equipment.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
33191000 |
|
|
|
|
|
3)
|
Quantity or scope
As described in the tender documents
80 000100 000
GBP.
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|