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
|
|
|
|

 |
|

 |
|

 |
|
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 authorityBCHC-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
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
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
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged5 |
|
Duration of the framework agreement3 |
|
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 |
|
|
|
|
|
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 scopeBidders 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)
|
OptionsThe 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 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 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
|
 |
|
 |
|
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-16-0010
|
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 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
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
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 |
|
|
|
|
|
3)
|
Quantity or scope
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|