Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Black Country Healthcare NHS Foundation Trust
Trafalgar House, 47-49 King Street
Dudley
DY2 8PS
UK
Contact person: Emma Marshall
Telephone: +44 7780850899
E-mail: emma.marshall4@nhs.net
NUTS: UKG36
Internet address(es)
Main address: https://www.blackcountryhealthcare.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.nhssourcing.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.nhssourcing.co.uk
Tenders or requests to participate must be sent to the abovementioned address
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
EBME Service (Electro Biomedical Engineering)
Reference number: BCH21-024
II.1.2) Main CPV code
50400000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of an Electro-Biomedical Engineering (EBME) Service Including Planned Preventative Maintenance (PPM).
The successful provider is expected to perform the service and calibration of medical engineering equipment (Medical Devices) to include:
—Planned Preventative Maintenance (PPM);
—Breakdown/reactive maintenance;
—Provision of Parts;
—Labelling of Serviced Equipment including maintenance of EBME asset register
—Equipment Calibration;
—Electrical Checks and advice on the safety of equipment;
—Performance and Operational Checks/Tests;
—Device Recall and Hazard Alerts;
—Condemnation;
—Disposal;
—Acceptance Testing including Pre purchase questionnaire forms (PPQ forms);
—Service and Calibration of Medical Engineering Equipment (Medical Devices);
—The collection of Management Information and KPI's.
—Assisting the trust in identifying needs for user training;
—Provision of user training;
—Attendance at Trusts Medical Devices Group (monthly meeting);
—Provision of a designated Medical Device Safety Officer;
—Provision of a dedicated Training Officer;
—Service provision at Trust sites in the Dudley, Walsall, Sandwell and Wolverhampton localities.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
50000000
50410000
50420000
80510000
II.2.3) Place of performance
NUTS code:
UKG36
UKG37
UKG38
UKG39
Main site or place of performance:
Dudley, Walsall, Wolverhampton, Sandwell.
II.2.4) Description of the procurement
Provision of an Electro-Biomedical Engineering (EBME) Service Including Planned Preventative Maintenance (PPM).
The successful provider is expected to perform the service and calibration of medical engineering equipment (Medical Devices) to include:
—Planned Preventative Maintenance (PPM);
—Breakdown/reactive maintenance;
—Provision of Parts;
—Labelling of Serviced Equipment including maintenance of EBME asset register
—Equipment Calibration;
—Electrical Checks and advice on the safety of equipment;
—Performance and Operational Checks/Tests;
—Device Recall and Hazard Alerts;
—Condemnation;
—Disposal;
—Acceptance Testing including Pre purchase questionnaire forms (PPQ forms);
—Service and Calibration of Medical Engineering Equipment (Medical Devices);
—The collection of Management Information and KPI's.
—Assisting the trust in identifying needs for user training;
—Provision of user training;
—Attendance at Trusts Medical Devices Group (monthly meeting);
—Provision of a designated Medical Device Safety Officer;
—Provision of a dedicated Training Officer;
—Service provision at Trust sites in the Dudley, Walsall, Sandwell and Wolverhampton localities.
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
Start:
01/07/2022
End:
30/06/2029
This contract is subject to renewal: Yes
Description of renewals:
The contract will be for an initial period of 4 years with the option to extend for a further 36 months. The contract
will be subject to renewal at the end of the 7 years should the extension options be taken. If the extension
options are not taken a new procurement process will be undertaken to ensure service coverage as applicable.
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:
See invitation to tender.
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
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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:
09/12/2021
Local time: 09:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
09/12/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Black Country Healthcare NHS Foundation Trust
Trafalgar House, King Street,
Dudley
DY2 8PS
UK
VI.5) Date of dispatch of this notice
08/11/2021