Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Commercial Solutions
The Atrium. Curtis Road
Dorking
RH4 1XA
UK
Telephone: +44 1306646816
E-mail: monjur.elahi@nhs.net
NUTS: UK
Internet address(es)
Main address: http://www.commercialsolutions-sec.nhs.uk/
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://commercialsolutions.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://commercialsolutions.bravosolution.co.uk/web/login.shtml
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
Framework Agreement for Anti-ligature Windows, Accessories, Consumables and Associated Services.
Reference number: 4437-2424
II.1.2) Main CPV code
45421132
II.1.3) Type of contract
Services
II.1.4) Short description
The aim of this procurement is to appoint a number of companies who specialise in Anti-ligature Windows, Accessories, Consumables and Associated Services, to a framework agreement. The Authority recognises that the expertise required will exist both nationally and at a local level and aims to be as inclusive as is practicable in order that the Authority has the most appropriate resource available.
II.1.5) Estimated total value
Value excluding VAT:
50 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: Lot 1
II.2.1) Title
Consultation and Professional Services
II.2.2) Additional CPV code(s)
45421132
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Consultation and Professional Services will include but not be limited to — providing professional consultancy services, such as site surveying, planning, design and drawing, reporting and quality monitoring;
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: 48
This contract is subject to renewal: No
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
Lot No: Lot 2
II.2.1) Title
Supply, Works and Services
II.2.2) Additional CPV code(s)
45421132
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Will include but not be limited to — design, manufacture, supply, installation and commissioning of Anti-ligature Windows, associated accessories, consumables and maintenance services; and.
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: 48
This contract is subject to renewal: No
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
Lot No: Lot 3
II.2.1) Title
Catalogue of Products
II.2.2) Additional CPV code(s)
45421132
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Will include but not be limited to — a catalogue of Anti-ligature Windows, Accessories, Consumable and Services from each provider to be updated at 6 — 12 months intervals as required.
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: 48
This contract is subject to renewal: No
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 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:
As defined in the procurement documentation.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
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:
30/11/2017
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:
30/11/2017
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The use of this framework agreement will be open to all UK Public Sector bodies, including in particular, the following in the United Kingdom and their respective statutory successors and organisations created as a result of re-organisations or organisational changes, and any private sector entities having similar procurement needs.
— National Health Service (NHS) bodies in England, including acute Trusts (including those operating community hospitals and the provider functions of the former Primary Care Trusts), Care Trusts, Mental Health Trusts, Ambulance Trusts, any of which may be an NHS Foundation Trust, and Clinical Support Units (CSU's), Clinical Commissioning Groups (CCG's), General Practitioners and General Practitioner commissioning consortia, Special Health Authorities and Area Teams (See http://www.nhs.uk/ServiceDirectories/Pages/NHSTrustListing.aspx );
— Health Boards, NHS Trusts, Community Health Councils and other constituent bodies of the NHS in Wales (http://www.wales.nhs.uk/nhswalesaboutus/structure);
— NHS Scotland and its constituent bodies including: the Scottish Ambulance Service, Special NHS Boards and the other constituent organisations of the Scottish National Health Service (http://www.scot.nhs.uk/organisations/ );
— Health and Social Care Trusts, Health Agencies and other constituent bodies of the Health and Social Care Service in Northern Ireland (http://online.hscni.net/ );
— Local Authorities, a list of such authorities being available at: http://www.idea.gov.uk/idk/org/la-data.do and
— Social Enterprises and Community Interest Companies (CICs).
VI.4) Procedures for review
VI.4.1) Review body
Surrey and Borders Partnership NHS Trust, on behalf of NHS Commercial Solutions
Leatherhead
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Authority will incorporate a standstill period at the point of information on the award of the framework agreement is communicated to tenderers. That notification will provide a full information on the award decision. The standstill period which shall be for a minimum of 10 calendar days provides time for unsuccessful tenderers to challenge the award decision before the framework agreement is concluded. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5) Date of dispatch of this notice
30/10/2017