Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

BCHC-16-0010: framework for the provision of functional electrical stimulators (FES) and accessories

  • First published: 20 September 2016
  • Last modified: 20 September 2016
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Birmingham Community Healthcare NHS Foundation Trust
Authority ID:
AA62958
Publication date:
20 September 2016
Deadline date:
20 October 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

BCHC is seeking to establish a Framework Agreement for Functional Electrical Stimulation Treatment (FES). The Framework Agreement will be for an initial period of three (3) years (dependent upon performance and delivering continued value for money) with an option to extend for 1 period of up to 12 months.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Birmingham Community Healthcare NHS Foundation Trust

3 Priestley Wharf, Holt Street

Birmingham

B7 4BN

UK

Procurement Team

Emma Leach

+44 1214667029

tenders@bhamcommunity.nhs.uk


http://www.bhamcommunity.nhs.uk



https://procontract.due-north.com/SupplierPreLoginHome

https://procontract.due-north.com/SupplierPreLoginHome
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

BCHC-16-0010: framework for the provision of functional electrical stimulators (FES) and accessories for Birmingham Community Healthcare Trust (BCHC).

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

UK.



UK

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

5

Duration of the framework agreement

3

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)

BCHC is seeking to establish a Framework Agreement for Functional Electrical Stimulation Treatment (FES). The Framework Agreement will be for an initial period of three (3) years (dependent upon performance and delivering continued value for money) with an option to extend for 1 period of up to 12 months.

II.1.6)

Common Procurement Vocabulary (CPV)

33158000
33158210
33158200

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Bidders can bid for any or all of the following lots:

Lot 1 Functional Only Stimulators and Functional and Exercise Stimulators

Lot 2 Exercise Only Stimulators

Lot 3 FES Consumables.

II.2.2)

Options

The framework agreement will be for an initial period of three (3) years (dependent upon performance and delivering continued value for money) with an option to extend for one period of up to 12 months.

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 completion

36

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 contractor(s) will provide accurate and timely deliveries. The number of serious upheld complaints from patients and staff will be monitored. The successful contractor(s) will respond to emergencies within agreed timeframes.

The successful contractor(s) must have arrangements in place for meeting contingencies and emergency requirements e.g. sickness/‘disasters’, production breakdown etc.

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(s) and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required.

Suppliers should register their interest on the suppliers' portal on the Due North system at: www.supplying2nhs.com.

The information required in order for applicants to pass the General Disclosure Questionnaire (GDQ) stage is set out in the GDQ. In view of the nature of the performance obligations that are likely to be required from suppliers, applicants will be required to demonstrate that they are of requisite ability and technical capacity. 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 Regulation 57 of the Public Contracts Regulations 2015.

III.2.2)

Economic and financial capacity


Contractor(s) 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.



See General Disclosure Questionnaire (GDQ).


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 contracts to those listed above as set out in Regulation 58 of the Public Contracts Regulations 2015.



See General Disclosure Questionnaire (GDQ).


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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

Unchecked box

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-16-0010

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


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

 20-10-2016  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

Checked box    

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

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Birmingham Community Healthcare NHS Foundation Trust

Birmingham Community Healthcare NHS Foundation Trust, 3 Priestley Wharf, Holt Street

Birmingham

B7 4BN

UK

tenders@bhamcommunity.nhs.uk


http://www.bhamcommunity.nhs.uk

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

BCHC will incorporate a minimum ten (10) calendar day standstill period at the point information when the contract award is communicated to the tenderers. This period allows unsuccessful tenderers to seek further debriefing from BCHC before the framework agreement is entered into. Such additional information should be requested from the address in Section VI.4.1 of this notice. If an appeal regarding the award of the contract has not been successfully resolved, the UK Public Contracts Regulations 2015 provide for aggrieved parties who suffers, or risks suffering, loss or damage by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland) and Public Contract Regulations 2015 Chapter 6 applies to such proceedings. Any such action must be brought promptly (within 30 days from the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen). If successful the court may order the contract ineffective / order the contracting authority to amend any document / set aside the contract / award damages.

award damages.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 15-09-2016

ANNEX B

Information About Lots

1     LOT 1 Functional Only Stimulators and Functional and Exercise Stimulators

1)

Short Description

Lot 1 Functional Electrical Stimulation Managed Service, Equipment and Accessories:

Lot 1 Equipment shall include:

Functional Only Stimulators

Functional and Exercise Stimulators

Accessories shall include:

Instruction Manual (full and quick guide)

Storage Bag

Knee Straps

Case

Belt Clip

Insoles

Wireless Insoles

Wireless footswitches

Knee cuff

Electrodes

Electrode leads

Footswitch leads

Footswitches

Battery charger

Rechargeable batteries

Non-rechargeable e.g. CR2430 or 9v.

2)

Common Procurement Vocabulary (CPV)

33158000
33158200
33158210

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Lot 2 Exercise Electrical Stimulation Equipment

1)

Short Description

Lot 2 Equipment shall include:

Units capable of both Functional and Exercise Stimulation only

Accessories shall include:

Instruction Manual (full and quick guide)

Storage Bag

Knee Straps

Case

Belt Clip

Insoles

Wireless Insoles

Wireless footswitches

Knee cuff

Electrodes

Electrode leads

Footswitch leads

Footswitches

Battery charger

Rechargeable batteries

Non-rechargeable e.g. CR2430 or 9v.

2)

Common Procurement Vocabulary (CPV)

33158000
33158200
33158210

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Lot 3 Consumables

1)

Short Description

Lot 3 Consumables

Electrodes range of sizes and properties for skin care

Leads range of lengths for attachment to electrodes and footswitches

Batteries — all types as appropriate.

2)

Common Procurement Vocabulary (CPV)

31000000
31711140

3)

Quantity or scope


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
33158000 Electrical, electromagnetic and mechanical treatment Radiotherapy, mechanotherapy, electrotherapy and physical therapy devices
31711140 Electrodes Electronic supplies
33158200 Electrotherapy devices Electrical, electromagnetic and mechanical treatment
33158210 Stimulator Electrical, electromagnetic and mechanical treatment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tenders@bhamcommunity.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.