CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Birmingham Community Healthcare NHS Trust |
3 Priestley Wharf, Holt Street |
Birmingham |
B7 4BN |
UK |
Andrew Mouatt |
+44 1214667027 |
|
|
http://www.bhamcommunity.nhs.uk
http://www.supplying2nhs.com
http://www.supplying2nhs.com
http://www.supplying2nhs.com
|
|
|
|

 |
|

 |
|

 |
|
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 authorityContract for the provision of an electro-biomedical engineering (EBME) service including planned preventative maintenance (PPM) — BCHC-14-0056. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract1 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Birmingham Community Healthcare NHS Trust, 3 Priestley Wharf, Holt Street, Birmingham Science Park, B7 4BN, UK.
UKG31 |
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)
Birmingham Community Healthcare NHS Trust (BCHC) is seeking provision of an Electro-Biomedical Engineering (EBME) Service Including Planned Preventative Maintenance (PPM).
This tender will be split into two lots as follows:
— Lot 1 Hospital sites (devices used and located in clinical areas).
See Annex B2 — BCHC -14-0056 — Document — 4 Specification, of the tender documents for a list of Hospital Sites in Lot 1. However additional sites may be added/removed during the contract period.
— Lot 2 Community sites (devices will likely be either located at Birmingham Community Healthcare NHS Trust base, or at a patients home providing care).
See Annex B2 — BCHC-14-0056 — Document — 4 Specification, of the tender documents for a list of Community Sites in Lot 2. However additional sites may be added/removed during the contract period.
There are circa 175 Birmingham Community Healthcare NHS Trust sites across Birmingham covering the following post code areas: B4, B5, B6 B7, B8, B9, B10, B11, B12, B13, B14, B15, B16, B17, B18, B19, B20, B21, B23, B24, B27, B28, B29, B30, B31, B32, B33, B34, B35, B36, B38, B42, B44, B45, B48, B60, B69, B72, B73, B74, B75, B76.
Bidders can bid for 1 or both lots.
The successful provider(s) must provide an all-inclusive, comprehensive, fully managed service for the Trust to ensure compliance to national risk management standards and regulatory guidance outlined by the Medicines and Healthcare products Regulatory Agency (MHRA) for Medical devices.
The successful provider(s) 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;
— Supply of Consumables and Accessories;
— Labelling of Serviced Equipment;
— Equipment Calibration;
— Electrical Checks and advice on the safety of equipment;
— Performance and Operational Checks/Tests;
— Assisting the trust in identifying needs for user training;
— Device Recall and Hazard Alerts;
— Condemnation;
— Disposal;
— Acceptance Testing including Pre purchase questionnaire forms (PPQ forms);
— Equipment Hand Back Procedure;
— Service and Calibration of Medical Engineering Equipment (Medical Devices);
— The collection of Management Information and KPI's.
The contract period will be for an initial period of 3 years (dependent upon performance and delivering continued value for money) with an option to extend for for 1 period of 24 months and then a further 1 period of 12 months. Totalling a maximum contract period of 6 years.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50400000 |
|
|
|
|
|
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
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeSee Annex B2 — BCHC-14-0056 — Document — 4 Specification of the tender documents.
Figures are indicative of current state and over life of contract may increase or decrease. |
|
|
II.2.2)
|
OptionsThe contract period will be for an initial period of 3 years (dependent upon performance and delivering continued value for money) with an option to extend for for 1 period of 24 months and then a further 1 period of 12 months. Totalling a maximum contract period of 6 years. |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals2 |
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion36 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Parent Company Guarantee or Performance Bond may be required depending on the financial status of the company.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
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
If a consortium, one member will be required to accept prime contractor responsibility for the other member(s).
A consortium maybe required to form a legal entity with the appropriate parent company guarantees as a condition of the contract.
All sub-contractors will be the responsibility of the legal entity awarded the contract.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
The successful service provider(s) will provide accurate and timely repairs and planned preventative maintenance (PPM).
The successful provider(s) will provide a service to the standards set by the Medicines and Healthcare products Regulatory Agency (MHRA) and the Trust's and the Department of Healths (DoH) Policies and legislation.
The successful provider(s) will manage the Assets to the standards which the Trust has specified.
The successful provider(s) will respond to Pre-Purchase Questionnaires (PPQ's) and Pre-Purchase Advice requests in a timely manner.
The successful provider(s) will ensure the up time of the web portal is in line with the expectations the Trust has set.
The successful provider(s) will respond and resolve emergencies within agreed time frames.
The successful provider(s) will conform to the Trust's standards on Information Governance and the protection of confidential data.
The successful provider(s) must have arrangements in place for meeting contingencies and emergency requirements e.g. sickness/‘disasters’, vehicle breakdown etc.
The number of serious upheld complaints from patients and Trust staff will be monitored.
These and other various performance areas will be monitored, with appropriate liquidated damages forming part of the contract. See Annex B2 — BCHC-14-0056 — Document 4 — Specification of the tender documents.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required.
You will need to ensure you register your company details via the suppliers' portal on the Due North system at: www.supplying2nhs.com
Bidders with an existing account should ensure all details are up to date. Should you not register your company details on the Due North E-tendering system you may not be able to proceed.
If you require any technical assistance using Due North, please contact ProContract Support on telephone +44 1670597136 or email support@due-north.com
Please note that your formal tender must be returned via Due North by the Deadline for responses as detailed in Section A: instructions and information.
Bidders shall demonstrate that the supplier, its directors or any other person who has powers of representation, decision or control is not guilty of an offence listed in Regulations 57 (1) of the Public Contracts 2015.
|
III.2.2)
|
Economic and financial capacity
Suppliers must be in a sound financial position to participate in procurement activity of this size as set out in Regulation 58 of the Public Contracts Regulations 2015.
|
III.2.3)
|
Technical capacity
Suppliers will need to be able to demonstrate technical and professional ability and must possess a successful track record of providing similar services to those listed above as set out in Regulation 58 of the Public Contracts Regulations 2015.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? No |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
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 participate |
|
Objective criteria for choosing the limited number of candidates
|
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
BCHC-14-0056
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 08-10-2015
12:00 |
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 6
|
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
The Contract Period will cover a 3 year period with the option to extend for 1 period of 24 months and then a further 1 period of 12 months. Totalling a maximum contract period of 6 years.
Birmingham Community Healthcare NHS Trust has applied to the Department of Health for Foundation Trust status. The outcome of this application may be confirmed during the life of the procurement exercise. If the application is successful the legal entity will change to reflect the legal constitution change to a Foundation Trust.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Birmingham Community Healthcare |
3 Priestley Wharf Holt Street |
Birmingham |
B7 4BN |
UK |
|
|
http://www.supplying2nhs.com |
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
In accordance with the UK Public Contracts Regulations 2015 (SI 2015 No. 102), BCHC will incorporate a minimum 10 calender day standstill period at the point information when the contract award is communicated to the tenderers. Additional information should be requested from the address in Section VI.4.1) of this notice.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 08-09-2015 |
|
ANNEX B
Information About Lots
|
1
Hospital Sites |
1)
|
Short Description
Lot 1 covers our Hospital sites such as Birmingham Dental Hospital and School of Dentistry and Moseley Hall Hospital (For a full list of sites see Appendix 1 — Lot — 1: Hospital sites of Annex B2 — BCHC-14-0056 — Document 4 — Specification of the tender documents) and our equipment based at those sites (For a full list of assets see Appendix 3 — Lot — 1: Hospital Assets of Annex B2 — BCHC-14-0056 — Document 4 — Specification of the tender documents).
For more information see Annex B2 — BCHC-14-0056 — Document 4 — Specification of the tender documents.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50400000 |
|
|
|
|
|
3)
|
Quantity or scope
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
Bidders can bid for either 1 or both lots.
|
ANNEX B
Information About Lots
|
2
Lot 2: Community Sites |
1)
|
Short Description
Lot 2 covers our community sites such as Health Centres, Medical Centres and Intermidiate Care Centres (For a full list of sites see Appendix 2 — Lot — 2: Community sites of Annex B2 — BCHC-14-0056 — Document 4 — Specification of the tender documents) and our equipment based at those sites (For a full list of assets see Appendix 4 — Lot — 2: Community Assets of Annex B2 — BCHC-14-0056 — Document 4 — Specification of the tender documents).
For more information see Annex B2 — BCHC-14-0056 — Document 4 — Specification of the tender documents.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
50400000 |
|
|
|
|
|
3)
|
Quantity or scope
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
Bidders can bid for either 1 or both lots.
|
|